Combine Solicitation – Uniform Rentals
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Uniform Rentals
Classification Code: S - Utilities and housekeeping services
Solicitation Number: M67001-14-Q-0351
Contact:
Setaside: N/AN/A
Place of Performance (address): Electrical Distribution ShopCamp Lejeune, NC
Place of Performance (zipcode): 28546
Place of Performance Country: US
Description:
MCB Camp Lejeune - RCO
This is a Combined Synopsis/ Solicitation.
STATEMENT OF OBJECTIVES
The solicitation is unrestricted.
The
The Government intends to award a single contract as a result of this solicitation. The Government reserves the right to award without discussions, but reserves the right to engage in discussions if later determined to be in the best interest of the Government. A single firm-fixed price contract will be awarded for this requirement. This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures. The RFQ documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective
Offerors must be registered in the System for Award Management (SAM) database. Information on registering in SAM may be obtained by calling (866) 606-8220 or via the internet at http://www.sam.gov. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition.
DELIVERY: The Government requires delivery at the time requested by the contract services. The contract award, resulting from this solicitation, will provide the Government Representative contact information to arrange delivery services. Please see the Statement of Work for complete service and uniform requirements.
PRICING: All quotes shall be the Contractor's Best Pricing.
EVALUATION. Award will be made to the Lowest Price Technically Acceptable quote. The Government intends to make a single Firm Fixed Price Award to satisfy this requirement.
Award will be based on the initial evaluation of quotes received in response to the solicitation. Therefore, quoters are cautioned that their initial quotes should contain their best terms from a technical and price standpoint.
Evaluation of quotes will be conducted on a lowest-priced, technically acceptable basis. All quotes will be evaluated first on price. The lowest priced quote will be evaluated for technical acceptability on an acceptable/unacceptable basis. If the lowest priced quote is found to be technically acceptable, then no further evaluations will be conducted and award will be made. If the lowest priced quote is not technically acceptable, the next lowest priced offer will be evaluated, and so on until a technically acceptable quote is found.
TECHNICAL COMPLIANCE: To ensure technical compliance:
c. Clearly state whether the quoter can meet the required period of performance. Vendors who cannot meet the required period of performance will not be considered technically acceptable.
PREPARATION OF THE RESPONSE TO THE SOLICITAITON FOR COMMERCIAL ITEMS. Quotes submitted shall include the following:
(a) Technical Quote to include quoted delivery and service requirements
(b) Price/Quote
(c) Vendors must complete and return DFARS 252.209-7993 Deviation and return with their quote package. DFARS 252.209-7993 is incorporate by FULL TEXT in this solicitation, under the Clause and Provision section.
SUBMISSION OF QUOTES: The information submitted shall be clear and legible (Note: repetitively copied data loses its clarity and legibility.) Quotes may be submitted via email to [email protected]; via facsimile to 910-451-2332 Attn:
Uniform Rental Services Contract with Base Year and 2 Year Options to be excercised at the Governments discretion. The uniforms must be Flame Resistant (FR), and have Arc Thermal Performance Value (ATPV)which protects against exposure from an electric arc that will create a second-degree burn. Must comply with the
Item 0001: SHIRTS Fire Resistant Uniform Rental service based on a 12 month agreement for 16 employees. Each employee will receive 11 shirts each per week. 16 employees x 11 shirts each per week = 176 shirts. Shirts- 7-oz 09TC Khaki Brand name or Equal to vendor: Tecasafe Long Sleeve Flame Resistant (FR), Each shirt has an Arc Thermal Performance Value (ATPV) 9.0 to protect against exposure from an electric arc that can create a second-degree burn. The
Item 2: Fire Resistant Uniform Rental service based on a 12 month agreement for 16 employees. Each employee will receive 11 pairs of pants per week. 16 employees x 11 pairs of pants each per week = 176 pairs of pants. Pants- 14.5-oz 10FC Brand name or Equal to vendor: Carpenter Denim Jean Flame Resistant (FR), Each pair of pants has an Arc Thermal Performance Value (ATPV) 23.7 to protect against exposure from an electric arc that can create a second-degree burn. The
Quantity (01), Unit Price:___________, Extended Price:_____________
Item 003: Fire Resistant Uniform Rental service based on a 12 month agreement for 16 employees. Each employee will receive 2 jackets per week. 16 employees x 2 jackets each per week = 32 jackets. Jacket-11.0-oz 18SC Brown Brand name or Equal to vendor: Duck Work Jacket Flame Resistant (FR), Each jacket has an Arc Thermal Performance Value (ATPV) 35 to protect against exposure form an electric arc that can create a second-degree burn. The
Quantity (01), Unit Price:___________, Extended Price:_____________
The request will be awarded to the Lowest Price Technically Acceptable Quote, meeting the specifications above.
The Government intends to award one single Firm Fix Price contract as a result of this solicitation. Statement of Work (SOW)
1.0 INTRODUCTION
2.0
The purpose of this service contract is to provide a uniform rental and to launder FR uniforms for the electrical distribution employees. Uniforms will be laundered weekly by the vendor and returned. A time for uniform pick up and drop off will be determined and coordinated between the shop and the vendor.
* a. Shirts- 7-oz 09TC Lt Blue Tecasafe Long Sleeve Flame Resistant (FR), Each shirt has an Arc Thermal Performance Value (ATPV) 9.0 to protect against exposure from an electric arc that can create a second-degree burn. The
* b. Pants- 14.5-oz 10FC Carpenter Denim Jean Flame Resistant (FR), Each pair of pants has an Arc Thermal Performance Value (ATPV) 23.7 to protect against exposure from an electric arc that can create a second-degree burn. The
* c. Jacket-11.0-oz 18SC Brown Duck Work Jacket Flame Resistant (FR), Each jacket has an Arc Thermal Performance Value (ATPV) 35 to protect against exposure form an electric arc that can create a second-degree burn. The
3.0 PERIOD OF PERFORMANCE
The period of performance is: (1) One Base year with (2) Two Option years.
4.0 HOURS OF PERFORMANCE
Uniforms are to be picked up and dropped off weekly during the work hours. Times and days are to be coordinated between the shop and the vendor.
5.0 PLACE OF PERFORMANCE
Electrical Distribution Bldg 1023,
6.0 POINT OF contact
The Technical point of contact will be provided on the award.
* 7.0 STATEMENT OF WORK
The uniforms must be Flame Resistant (FR) and have Arc Thermal Performance Value which protects against exposure from an electric arc (which will create a second degree burn). The uniforms must comply with the
* 8.0 DELIVERIES AND PERFORMANCE
Uniforms will be delivered to Electrical Distribution Bldg 1023,
9.0 PREVENTATICE MAINTENANCE SERVICE
Alterations and repairs to uniforms as required.
10.0 WORK TICKET
Contract is required to provide invoices detailing the weekly rentals.
NMCARS 5237.1 5237.102(90) Enterprise-wide Contractor Manpower Reporting Application
The contractor shall report ALL contractor labor hours (including
subcontractor labor hours) required for performance of services provided
under this contract for the training via a secure data collection site. The
contractor is required to completely fill in all required data fields using
the following web address https://doncmra.nmci.navy.mil.
Reporting inputs will be for the labor executed during the period of
performance during each Government fiscal year (FY), which runs
through
all data shall be reported no later than
Contractors may direct questions to the help desk, linked at
https://doncmra.nmci.navy.mil.
BASE ACCESS
BUSINESS ACCESS SECURITY REQUIREMENTS.
BUSINESS ACCESS DEFINITION. Contractor/subcontractor employees requiring installation access for periods from one day to one year to MCB,
INSTALLATION SECURITY ACCESS REQUIREMENTS. Contractor shall accomplish the security requirements below within 10 days after award or prior to performance under the contract.
BUSINESS ACCESS IDENTIFICATION BADGE REQUIREMENT. The
MCB,
1. Identification Card Center,
2. Vehicle Registration Office,
1. S-4 (Facilities Office), Bldg AS-211 (1st Deck) for registration on contractor's list (910-449-6310).
2. Pass and Identification Office, Bldg AS-211 (1st Deck) for badge and vehicle decal (910-449-5427/5428).
Photo ID. Valid state or federal issued picture identification card. Acceptable documents include state drivers license, DMV issued photo identification, or alien registration card.
Proof of Employee Citizenship or Legal Alien Status. Acceptable documents include birth certificate, Social Security Card, Immigration and Naturalization Service (INS) forms and passports.
Proof of Criminal Records Check. Proof of a criminal records check from the county or state where the employee has resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). Contractor employee background checks are conducted at Contractor's expense. Acceptable sources for criminal records checks include:
Denial of Access. Installation access shall be denied if it is determined that an employee:
a. Is on the National Terrorist Watch List.
b. Is illegally present in
c. Is subject to an outstanding warrant.
d. Has knowingly submitted an employment questionnaire with false or fraudulent information.
e. Has been issued a debarment order and is currently banned from military installations.
f. Is a Registered Sexual Offender and Convicted Felon (within the past 15 years); has a conviction of a drug crime within the past 5 years; and DUI within the last year.
Appeal Process. All appeals should be directed to the
Display and Disposition of Badges. Contractor employees shall prominently display their badges on their person at all times. Upon completion or termination of a contract or an individual's employment, the Contractor shall collect and turn in badges to the Pass and ID Office from which it was issued. If the Contractor is unable to obtain the employee's badge for whatever reason, the cognizant Pass and ID Office will be notified within 24 hours. During the contract performance period contractors will immediately report instances of lost or stolen badges to the issuing Pass and Identification Office.
Proof of Valid Government Contract.
CONTRACTOR SECURITY REQUIREMENT BUSINESS ACCESS VERIFICATION FORM. Upon completion of the above process, Contractor shall submit to the Contracting Office the Contractor Security Requirement Business Access Verification form (provided at time of award) filled out in its entirety.
CONTRACTOR AND SUBCONTRACTOR VEHICLE REQUIREMENTS. Each vehicle to be used in contract performance shall show the Contractor's or subcontractor's name so that it is clearly visible and shall always display a valid state license plate and safety inspection sticker. To obtain a vehicle decal, which will be valid for one year or contract period, whichever is shorter, Contractor or subcontractor vehicle operators shall provide:
a. A copy of the Contracting Officer's authorization letter w/cc to PMO;
b. A valid form of Federal or state government I.D.;
c. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance.
Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours.
CONTRACTOR AND SUBCONTRACTOR EMPLOYEE VEHICLE REQUIREMENTS. In order to obtain a vehicle decal for one year, the Contractor and subcontractor employees shall provide to the Vehicle Registration office:
a. A copy of the Contracting Officer's authorization letter w/cc to PMO;
b. Proof of employment on a valid Government contract (e.g., a letter [on company letterhead] from the prime contractor including contract number and term);
c. A valid form of Federal or state government I.D.;
d. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance.
Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours.
SECURITY CHECKS. Contractor personnel and vehicles shall only be present in locations relevant to contract performance. All Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to ensure that violations do not occur. Employees shall not be permitted on base when such a check reveals that their presence would be detrimental to the security of the base. Subject to security regulations, the Government will allow access to an area for servicing equipment and/or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes.
CONTRACTING ID DOCUMENT REQUIREMENTS
<p>OFFICIAL GOVERNMENT CONTRACTOR LETTER FROM USMC OR NAVY WITH CONTRACT NUMBER AND EXPIRATION DATE
OFFICIAL LETTER FROM COMPANY THAT WAS AWARDED CONTRACT, WITH CONTRACT NUMBER AND CONTRACT EXPIRATION DATE
IF APPLIES, OFFICIAL SUBCONTRACTING COMPANY LETTER(S), WITH EMPLOYEE'S NAME AND MUST HAVE ORIGINAL SIGNATURE.
NATIONWIDE BACKGROUND CHECK CONDUCTED WITHIN THE PAST 30 DAYS.
THE BACKGROUND MUST HAVE THE PERSON'S GOVERNMENT NAME AND DOB
MOST COMMON BACKGROUND COMPANIES
SENTRYLINK
INTEGRASCAN
KROLL
CRIMINAL WATCHDOG
BACKGROUND CHECK COMPANIES NOT ACCEPTED
ABI
NET DETECTIVE
CRIMINAL
BEEN VERIFIED
US CRIMINAL CHECKS
BACKTRACK
FIRST ADVANTAGE
TWO FORMS OF VALID IDENTIFICATION
FIRST FORM MUST BE:
STATE IDENTIFICATION CARD OR A STATE DRIVER'S LICENSE
SECOND FORM MUST BE:
SOCIAL SECURITY CARD, BIRTH CERTIFICATE, PASSPORT OR A PREVIOUSLY ISSUED GOVERNMEN CONTRACT ID CARD FROM OUR OFFICE OR A NEW RIVER'S OFFICE.
NO OTHER FORMS ARE ACCEPTED
THESE REQUIREMENTS APPLY TO INITIAL REQUEST, RENEWALS AND EXTENSIONS
CLAUSES INCORPORATED BY REFERENCE
52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (
52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (
! 52.212-3 ! OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (
! 52.204-7 ! System for Award Management !
! 52.204-13 ! System for Award Management Maintenance !
! 52.223-5 ! Pollution Prevention and Right-to-Know Information !
! 52.225-25 ! Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to
! ! ! ! !
! 52.232-39 ! Unenforceability of Unauthorized Obligations !
! 52.237-2 ! Protection Of Government Buildings, Equipment, And Vegetation !
! 252.203-7000 ! Requirements Relating to Compensation of Former DoD Officials !
! 252.203-7002 ! Requirement to Inform Employees of Whistleblower Rights !
! 252.203-7005 ! Representation Relating to Compensation of Former DoD Officials !
! 252.204-7003 ! Control Of Government Personnel Work Product !
! 252.204-7004 Alt A ! System for Award Management Alternate A !
! 252.204-7012 ! Safeguarding of unclassified controlled technical information !
! 252.223-7006 ! Prohibition On Storage And Disposal Of Toxic And Hazardous Materials !
! 252.225-7000 ! Buy American--Balance Of Payments Program Certificate !
! 252.225-7001 ! Buy American And Balance Of Payments Program !
! 252.225-7002 ! Qualifying Country Sources As Subcontractors !
! 252.232-7003 ! Electronic Submission of Payment Requests and Receiving Reports !
! 252.232-7010 ! Levies on Contract Payments !
! 252.243-7001 ! Pricing Of Contract Modifications !
! 252.247-7023 ! Transportation of Supplies by Sea !
! ! ! ! !
! ! ! ! !
! ! ! ! !
! ! ! ! !
!
CLAUSES INCORPORATED BY FULL TEXT
(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) 52.222-50, Combating Trafficking in Persons (
___ Alternate I (
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
____ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (13) [Reserved]
__X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (
____ (ii) Alternate I (
____ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (
____ (23) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (
____ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
__X__ (25) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (
____ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (
__X__ (28) 52.222-3, Convict Labor (
__X__ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (
__X__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
__X__ (31) 52.222-26, Equal Opportunity (
____ (32) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).
____ (33) 52.222-36, Equal Opportunity for Workers with Disabilities (
____ (34) 52.222-37, Employment Reports on Veterans (
____ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
____ (36) 52.222-54, Employment Eligibility Verification (
____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (38) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (
____ (39)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (41)(i) (i) 52.223-16, Acquisition of EPEAT(R) -Registered Personal Computer Products (
____ (ii) Alternate I (
__X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (43) 52.225-1, Buy American'upplies (
____(44) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
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 (
_X___ (46) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (47) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (48) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (49) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (51) 52.232-30, Installment Payments for Commercial Items (
__X__ (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (53) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (54) 52.232-36, Payment by Third Party (
____ (55) 52.239-1, Privacy or Security Safeguards (
____ (56)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____ (1) 52.222-41, Service Contract Labor Standards (
_____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____ (7) 52.222-17,
_____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (9) 52.237-11, Accepting and Dispensing of
(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, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (
(ii) 52.219-8, Utilization of Small Business Concerns (
to small business concerns) exceeds
(iii) 52.222-17,
(iv) 52.222-26, Equal Opportunity (
(v) 52.222-35, Equal Opportunity for Veterans (
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (
(vii) 52.222-37, Employment Reports on Veterans (
(viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(ix) 52.222-41, Service Contract Labor Standards (
(x) 52.222-50, Combating Trafficking in Persons (
_____Alternate I (
(xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xiii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (
(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
52.217-5 EVALUATION OF OPTIONS (
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of provision)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within 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 three years (36 months).
(End of clause)
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (
Funds are not presently available for performance under this contract beyond
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
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):
http://www.acquisition.gov/far [www.acquisition.gov/far] or http://www.acq.osd.mil [www.acq.osd.mil]
(End of provision)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
(a) Definitions. As used in this clause--
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s): COMPLETED AT AWARD
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer: TO BE COMPLETED AT AWARD
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC ____
Issue By DoDAAC ____
Admin DoDAAC ____
Inspect By DoDAAC ____
Ship To Code ____
Ship From Code ____
Mark For Code ____
Service Approver (DoDAAC) ____
Service Acceptor (DoDAAC) ____
Accept at Other DoDAAC ____
LPO DoDAAC ____
DCAA Auditor DoDAAC ____
Other DoDAAC(s) ____
--------------------------------------------------------------------------------------------
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: ____
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (
(a) In accordance with sections 8113 and 8114 of the
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
WAGE RATE DETERMINATION
* (a) Offerors are advised that this procurement is subject to the requirements of the Service Contract Act of 1965, as amended.
* (b) The Contractor agrees to furnish the Contracting Officer a copy of any collective bargaining agreement applicable to employees performing under this contract.
* (c) The labor category and wage rate that is applicableto this requirement is: Occupational Title(s) and hourly rate: _____________
Salaries paid to employees must be in compliance with this labor category and wage determination or collective bargaining agreement. Wage Determination No. _______ dated __________ is included in Section J
Link/URL: https://www.fbo.gov/spg/DON/USMC/M67001/M67001-14-Q-0351/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 6944 |
Combine Solicitation – Airfield Operations Advisor, Iraq
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News