United States - Hanscom Dental Equipment

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
19 September 2019
Opportunity publication date
21 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 20, 2019 8:25 am

Combined Synopsis/Solicitation
Annual inspection and maintenance for the
Steris Amsco 400 Sterilizer and Synergy 7053L Washer equipment
Hanscom, AFB
Contract Specialist: Jessica Caissey
Alternate Contract Specialist: Timothy Prymak
Procurement Contracting Officer (PCO): Ashlee Pollastri
1. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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.
***NOTE***
All instructions, templates, and formats contained herein shall explicitly be adhered to;
otherwise, a quote is determined to be incomplete and shall not be considered for award.
If you are the apparent awardee, the Government will notify you immediately by sending a
copy of the contract for your signature. The signed contract shall be returned to the
Government within 24 hours once it is received, and will then be distributed once the
contract is awarded. If you do not meet the required deadline, the Government reserves the
right to award to the next technically acceptable offeror.
2. Solicitation Number: F2B4AA9191A001
3. This Synopsis/Solicitation is issued as a Request for Quote (RFQ)
4. Provisions and clauses in effect through Federal Acquisition Circular FAC 2019-05
5. Small Business Set-Aside: N/A
6. NAICS Code: 811219 Other Electronic and Precision Equipment Repair and Maintenance
7. Small Business Size Standard: $20.5M
8. Type of contract: Fixed Firm Price (FFP)
9. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable:
N/A
10. The Contract Line Item Number(s) (CLINs) and items, quantities and units of measure,
(including option(s), if applicable) shall be submitted according to the following Bid Schedule.
Contractors shall submit in accordance with the attached Government Bid Schedule
format without exception.
Contract Line
Item No. (CLIN) SERVICE QTY. UNIT COST Total
0001 The contractor shall provide
12 months of support &
maintenance in accordance
with attachment 1: Statement
of Work (SOW). The Period
of Performance (PoP) is 23
Sep 2019 - 22 Sep 2020
12 Months $ $
1001 Option Year 1
The contractor shall provide
12 months of support &
maintenance in accordance
with attachment 1: Statement
of Work (SOW). The Period
of Performance (PoP) is 23
Sep 2020 - 22 Sep 2021
12 Months $ $
2001 Option Year 2
The contractor shall provide
12 months of support &
maintenance in accordance
with attachment 1: Statement
of Work (SOW). The Period
of Performance (PoP) is 23
Sep 2021 - 22 Sep 2022
12 Months $ $
3001 Option Year 3
The contractor shall provide
12 months of support &
maintenance in accordance
with attachment 1: Statement
of Work (SOW). The Period
of Performance (PoP) is 23
Sep 2022 - 22 Sep 2023
12 Months $ $
4001 Option Year 4
The contractor shall provide
12 months of support &
maintenance in accordance
with attachment 1: Statement
of Work (SOW). The Period
of Performance (PoP) is 23
Sep 2023 - 22 Sep 2024
12 Months $ $
11. Description of requirements for the items/services to be acquired:
The 66th Medical Squadron annual inspection and maintenance for the Steris Amsco 400 Sterilizer
and Synergy 7053L Washer equipment.
12. Date of Delivery / Period of Performance: Base year plus four option years
13. Place(s) of Delivery and Acceptance: 90 Vandenberg Drive, Building 1900
Hanscom AFB, MA 01731-2139
14. FOB Point: DESTINATION
15. Attachments:
a) Statement of Work (SOW)
16. The name and telephone number of the individuals to contact for information regarding the
solicitation are: Contract Specialists Jessica Caissey at jessica.caissey.1@us.af.mil, Timothy
Prymak at timothy.prymak@us.af.mil, and Contracting Officer Ashlee Pollastri at
ashlee.pollastri@us.af.mil.
17. Additional Information:
Be advised that all interested parties must be registered in the System for Award
Management (SAM) Database in order to receive an award. If you are not registered you
may make a request through the SAM website at http://www.sam.gov.
If any vendor has not completed the provision FAR 52-212-3 with ALT 1, Offeror
Representations and Certifications -Commercial items electronically at the System for Award
(SAM) http://www.sam.gov website, the vendor shall complete only paragraphs (c) through
(o) of the provision and submit it in their proposal, A vendor shall complete only paragraph
(b) of the provision if sections of their electronic Reps and Certs are updated or are not
applicable for/to this specific solicitation.
In accordance with DFARS 252.232-7003(b) (1) all invoices shall be submitted via Wide
Area Work Flow (WAWF) located at https://wawf.eb.mil/. (Procedures and POC's specific
to this contract will be added to the contract). The Awardee will be responsible to selfregister,
and to use the Web Based Training (WBT) tool to learn how to submit an
Invoice and Receiving Report (Combo).
18. The provision at FAR 52.212-1 Instructions to Offerors and FAR 52.212-2 Evaluation -
Commercial Items apply to this acquisition.
The following is to be added to FAR 52.212-1(b):
A. Please provide your price quote based on the provided bid schedule in paragraph 10.
B. The quote in its entirety shall not exceed five (5) pages, double sided.
C. Offers are due on or before 19 September, 2019 by 3:00pm EST.
D. Offers shall be emailed to Contract Specialists Jessica Caissey at
jessica.caissey.1@us.af.mil, Timothy Prymak at timothy.prymak@us.af.mil, and
Contracting Officer Ashlee Pollastri at ashlee.pollastri@us.af.mil. Please DO NOT post
offers to FedBizOpps.
E. Please request read receipt on all submitted quotes.
F. All questions are due on or before 5 September, 2019 by 12:00pm EST; answers will be
posted to FedBizOpps not later than close of business day 9 September, 2019.
19. The Following Provisions and Clauses are incorporated by Reference:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements or Statements-Representation.
52.204-7 System for Award Management.
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
52.204-16 Commercial and Government Entity Code Reporting.
52.204-18 Commercial and Government Entity Code Maintenance.
52.204-22 Alternative Line Item Proposal.
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment.
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law.
52.222-19 Child Labor-Cooperation with Authorities and Remedies.
52.222-21 Prohibition of Segregated Facilities.
52.222-41 Service Contract Labor Standards.
52.222-55 Minimum Wages Under Executive Order 13658.
52.222-62 Paid Sick Leave Under Executive Order 13706.
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.224-3 Privacy Training.
52.224-3 Privacy Training. - (Alternate I) - Alternate I
52.225-13 Restrictions on Certain Foreign Purchases.
52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act.
52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. - (Alternate
II) - Alternate II
52.232-33 Payment by Electronic Funds Transfer-System for Award Management.
52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
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. As
prescribed in 203.171-4(b), insert the following provision:
252.204-7000 Disclosure of Information.
252.204-7003 Control of Government Personnel Work Product.
252.204-7006 Billing Instructions.
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous
Materials.
252.223-7008 Prohibition of Hexavalent Chromium.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings.
252.225-7048 Export-Controlled Items.
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.232-7010 Levies on Contract Payments.
252.232-7011 Payments in Support of Emergencies and Contingency Operations.
252.243-7001 Pricing of Contract Modifications.
252.244-7000 Subcontracts for Commercial Items
252.244-7001 Contractor Purchasing System Administration. - (Alternate I) - Alternate I
252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System.
252.246-7008 Sources of Electronic Parts.
20. The Following Provisions and Clauses Are Incorporated By Full Text:
FAR 52.212-2 Evaluation - Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to the Government, price
and other factors considered.
The following factors shall be used to evaluate offers:
(i) Price
(ii) Technical Acceptability
A Technically acceptable quote will include the following:
1. The contractor will have a current SAM registration
2. The contractor will be registered under NAICS code 811219.
3. The contractor can meet the technical requirements for the equipment and labor
required by the Statement of Work (SOW). Please send a detailed list of all the
equipment proposed.
Award will be made on the basis of the Lowest Evaluated Price of Technically Acceptable
quotes in accordance with FAR 13.106-2. The lowest quote will be evaluated first for
technically acceptability. If the lowest quote is deemed technically unacceptable, then the
Government will evaluate the next lowest priced quote until technical acceptability is
established, and award is granted.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for
all options to the total price for the basic requirement. The Government may determine that an
offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options
shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer's specified expiration time, the
Government may accept an offer (or part of an offer), whether or not there are negotiations
after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2019)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)
clauses, which are incorporated in this contract by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and
Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor
provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware,
Software, and Services Developed or Provided by Kaspersky Lab and
Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov
2015)
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws
108-77, 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting
officer has indicated as being incorporated in this contract by reference to implement provisions
of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
_X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006),
with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
_X__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (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).
___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract
Awards (Oct 2018) (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 (Oct 2015) (31 U.S.C.
6101 note).
__X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility
Matters (Oct 2018) (41 U.S.C. 2313).
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)
(15 U.S.C. 657a).
___ (ii) Alternate I (Nov 2011) of 52.219-3.
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small
Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so
indicate in its offer) (15 U.S.C. 657a).
___ (ii) Alternate I (Jan 2011) of 52.219-4.
___ (13) [Reserved]
__X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C.
644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.
644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
_X__ (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 (Aug 2018) (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 (Nov 2016) of 52.219-9.
___ (v) Alternate IV (Aug 2018) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
_X__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a) (14)).
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C.
637(d) (4) (F) (i)).
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-
Aside (Nov 2011) (15 U.S.C. 657f).
_X_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15
U.S.C. 632(a) (2)).
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically
Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (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
(Dec 2015) (15 U.S.C. 637(m)).
__X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan
2018) (E.O. 13126).
_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X__ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
___ (ii) Alternate I (Feb 1999) of 52.222-26.
___ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
___ (ii) Alternate I (July 2014) of 52.222-35.
_X__ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29
U.S.C. 793).
___ (ii) Alternate I (July 2014) of 52.222-36.
___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
_X__ (32) 52.222-40, Notification of Employee Rights under the National Labor
Relations Act (Dec 2010) (E.O. 13496).
_X__ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019)
(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).
___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not
applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated
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__ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016) (E.O.13693).
___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration
Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
___ (38) (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.
___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014)
(E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-14.
___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42
U.S.C. 8259b).
___ (41) (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.
___ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while
Driving (Aug 2011) (E.O. 13513).
___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696).
___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
___ (ii) Alternate I (Jan 2017) of 52.224-3.
_X__ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May
2014) (41 U.S.C. chapter 83, 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 (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C.
3301 note).
_X__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
___ (50) 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. 2302 Note).
___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42
U.S.C. 5150).
___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area
(Nov 2007) (42 U.S.C. 5150).
___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)
(41 U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.
4505, 10 U.S.C. 2307(f)).
_X__ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award
Management (Oct 2018) (31 U.S.C. 3332).
___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for
Award Management (Jul 2013) (31 U.S.C. 3332).
___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C.
637(d) (13)).
___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
___ (iii) Alternate II (Feb 2006) of 52.247-64.
(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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
_X__ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter
67.).
_X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29
U.S.C. 206 and 41 U.S.C. chapter 67).
__X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards --
Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C.206 and
41 U.S.C. chapter 67).
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards --
Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (6) 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).
___ (7) 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).
___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O.
13658).
___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O.
13706).
___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May
2014) (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, 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 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 (Jan 2019) (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 resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware,
Software, and Services Developed or Provided by Kaspersky Lab and
Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C.
637(d) (2) and (3)), in all subcontracts that offer further subcontracting
opportunities. If the subcontract (except subcontracts to small business concerns)
exceeds $700,000 ($1.5 million for construction of any public facility), the
subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).
Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2019) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29
U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with
paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter
67).
(xiii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C.
chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O.
13627).
(xiv) 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.)
(xv) 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)
(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017)
(E.O. 13706).
(xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xx) 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. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations.
(May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph
(e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in
accordance with paragraph (d) of FAR clause 52.247-64.
(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)
Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic
clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a),
(b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and
(c) of this clause".
Alternate II (Jan 2019). As prescribed in 12.301(b) (4) (ii), substitute the following paragraphs
(d) (1) and (e) (1) for paragraphs (d) (1) and (e) (1) of the basic clause as follows:
(d)
(1) The Comptroller General of the United States, an appropriate Inspector General
appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or
an authorized representative of either of the foregoing officials shall have access to and
right to-
(i) Examine any of the Contractor's or any subcontractors' records that pertain to,
and involve transactions relating to, this contract; and
(ii) Interview any officer or employee regarding such transactions.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this
clause, the Contractor is not required to flow down any FAR clause in a subcontract for
commercial items, other than-
(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts,
except the authority of the Inspector General under paragraph (d)(1)(ii) does not
flow down; and
(ii) Those clauses listed in this paragraph (e) (1). Unless otherwise indicated
below, the extent of the flow down shall be as required by the clause-
(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct
2015) (41 U.S.C. 3509).
(B) 52.203-15, Whistleblower Protections Under the American Recovery
and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-
5).
C) 52.204-23, Prohibition on Contracting for Hardware,
Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (Jul 2018)
(Section 1634 of Pub. L. 115-91).
(D) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15
U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further
subcontracting opportunities. If the subcontract (except subcontracts to
small business concerns) exceeds $700,000 ($1.5 million for construction
of any public facility), the subcontractor must include 52.219-8 in lower
tier subcontracts that offer subcontracting opportunities.
(E) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(F) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(G) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.
4212).
(H) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul
2014) (29 U.S.C. 793).
(I) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O. 13496). Flow down required in
accordance with paragraph (f) of FAR clause 52.222-40.
(J) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C.
chapter 67).
(K) __X__ (1) 52.222-50, Combating Trafficking in Persons (Jan 2019)
(22 U.S.C. chapter 78 and E.O. 13627).
___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O.
13627).
(L) 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).
(M) 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).
(N) 52.222-54, Employment Eligibility Verification (Oct 2015)
(Executive Order 12989).
(O) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec
2015).
(P) 52.222-62, Paid sick Leave Under Executive Order 13706 (Jan 2017)
(E.O. 13706).
(Q) (1) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(2) Alternate I (Jan 2017) of 52.224-3
(R) 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. 2302 Note).
(S) 52.226-6, Promoting Excess Food Donation to Nonprofit
Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in
accordance with paragraph (e) of FAR clause 52.226-6.
(T) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial
Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow
down required in accordance with paragraph (d) of FAR clause 52.247-
64.
(End of clause)
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the
rates specified in the contract. These rates may be adjusted only as a result of revisions to
prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised
more than once, but the total extension of performance hereunder shall not exceed 6 months. The
Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of clause)
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 30 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 and 6 months.
(End of clause)
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 address:
http://farsite.hill.af.mil/farsite.html
(End of Clause)
AFFARS 5352.201-9101 OMBUDSMAN (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from
offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will
maintain strict confidentiality as to the source of the concern. The existence of the ombudsman
does not affect the authority of the program manager, contracting officer, or source selection
official. Further, the ombudsman does not participate in the evaluation of proposals, the source
selection process, or the adjudication of protests or formal contract disputes. The ombudsman may
refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns,
issues, disagreements, and/or recommendations to the contracting officer for resolution.
Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g.,
agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions,
contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the
ombudsman,
Lt. Col. Brian Miller
Ombudsman
AFLCMC/AQP
Acquisition Excellence Directorate
(937) 255-5512 or DSN 785-5512
Email: Brian.Miller.15@us.af.mil
2640 Loop Road West
Wright Patterson AFB OH 45433-7630
Concerns, issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further
consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)
(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number
(571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or
clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV
2012)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other
document that requires the use of a Class I ODS in the test, operation, or maintenance of
any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test,
operation, or maintenance requirement that can only be met by use of a Class I ODS as part
of this contract/order.
[Note: This prohibition does not apply to manufacturing.]
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the
relevant product specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-
113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216,
and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not
meet the Air Force definition of a Class I ODS.]
(End of clause)
AFFARS 5352.223-9001 Health and Safety on Government Installations (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health
and safety of contractor and Government personnel performing or in any way coming in
contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably
require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health
(AFOSH) Standards and/or health/safety standards as may be required in the performance of this
contract and any adjustments resulting from such direction will be in accordance with the Changes
clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as
directed by the contracting officer, shall be grounds for termination of this contract in accordance
with the Default clause of this contract.
(End of clause)
AFFARS 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor
personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the
contract. Contractor personnel are required to wear or prominently display installation
identification badges or contractor-furnished, contractor identification badges while visiting or
performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer
listing the following: contract number, location of work site, start and stop dates, and names of
employees and subcontractor employees needing access to the base. The letter will also specify
the individual(s) authorized to sign for a request for base identification credentials or vehicle
passes. The contracting officer will endorse the request and forward it to the issuing base pass and
registration office or Security Forces for processing. When reporting to the registration office, the
authorized contractor individual(s) should provide a valid driver's license, current vehicle
registration, and valid vehicle insurance certificate in order to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required
identification for newly assigned personnel and for prompt return of credentials and vehicle passes
for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the
contractor shall comply with [insert any additional requirements to comply with AFI 31-101,
Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the
appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the
prime contractor shall ensure that all base identification passes issued to employees and
subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
22. Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable.
________________________
Meredith L. Adams, Capt
Contracting Officer, DAF
AFLCMC/PZIB

Opportunity closing date
19 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFLCMC/HB - Hanscom United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?