Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

70 -- 3D Face/Head & Whole Body Scanners

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K-1193-1004
 
Response Due
9/6/2011
 
Archive Date
11/5/2011
 
Point of Contact
George Bernard, 508-233-6104
 
E-Mail Address
ACC-APG SCRT - Natick (SPS)
(george.bernard@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 3D face/head & whole body scanners Solicitation# W91A2K-1193-1004 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation WILL NOT be issued. The solicitation number is W91A2K-1193-1004 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) code for this procurement is [334519] with a small business size standard of 500 employees. Project Title: 3D face/head and whole body scanners to support for NSRDEC for anthropometric projects as stated in the Statement of Work. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This requirement is restricted to small business. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFP. The solicitation will start on the date this solicitation is posted and will end on 06 SEP 2011 Eastern Standard Time. All vendors are requested to update their CCR records to reflect any changes that may be necessary to reflect their current size standard. The anticipated award will be a Firm-Fixed Price (FFP)-type contract pursuant to FAR 13.5, Test Program for Certain Commercial Items. Offerors must submit proposals on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. The Contractor shall provide a quantity of one unit F.O.B. Destination. Ship to location will be Marine Corps Systems Command 2200 Lester Street, Quantico, VA 22134. The second unit will be an option of one each and if exercised will be F.O.B. Destination, ship to location will be Natick, MA 01760. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Statement of Work 1.Background: The government requires 3D face/head and whole body scanners to support Natick Solider Reseach Development and Engineering Center (NSRDEC) and U.S. Marine Corps (USMC) Research & Development anthropotmetric projects. The 3D face/head and whole body scanners are needed to complete research mission requirements for both the USMC and NSRDEC researchers in both the Joint Services Assessment Survey program and the Anthropotmetry Team's current projects, including body scanning, ergonomics simulation and body dimension data analysis. 2.Requirements: The contractor shall manufacture, deliver and install 3D face/head and whole body scanners; train personnel and provide 12 months maintenance for face/head and whole body scanners at USMC at Quantico VA. The government may require delivery of a 2nd scanner, with installation, personnel training and maintenance for twelve months for NSRDEC Natick MA location if funding becomes available. The contractor's primary focus shall be to deliver: (1)Face/head and whole-body 3D surface scanning system to obtain the full surface geometry (excluding self occlusions) of a standing or seated adult male or female. Specifications: a) System must be eye-safe (laser-based systems use ANSI Z136.1) b) Scan volume at least 120cm depth, 50cm width, 200cm height c) Software selectable per vertex 24 bit RGB color or luminance map d) If a motion system is used, sample pitch equivalent to at least 1.5mm horizontal, 2mm vertical,.5mm depth e) Sample speed at least 55,000 points/second f) Data output in at least IV, PLY, OBJ, STL, formats g) Scan time less than 20 seconds h) Time to render scan less than 5 seconds i) Time to save scan in native scanner format less than 5 seconds j) Time to save scan as an integrated PLY file less than 3 minutes k) If multiple cameras are used, PLY output file must be a single integrated mesh l) Scanner enclosure m) Windows Vista based operating system n) Run on normal US household current o) Power supply and all cabling p) Crates for transportation q) Provide calibration object and software tools r) One year return-to-factory warranty (2)3d head/face surface scanning system to obtain the full surface geometry of an adult male or female head. Specifications: a) System must be eye-safe (laser-based systems use ANSI Z136.1) b) System must capture top-of-head and under chin areas c) Scan volume at least 36cm depth, 36cm width, 44cm height d) Software selectable per vertex 24 bit RGB color or luminance map e) If a motion system is used, sample pitch equivalent to at least 1.0mm horizontal, 0.5mm vertical, 0.05mm depth f) Sample rate at least 25,000 points/second g) Data output in at least IV, PLY, OBJ, STL, formats h) Scan time less than 20 seconds i) If scan time is greater than five (5) seconds, the system must include a head stabilization device j) Time to render scan less than 5 seconds k) Time to save scan in native scanner format less than 5 seconds l) Time to save scan as an integrated PLY file less than 3 minutes m) If multiple cameras are used, PLY output file must be a single integrated mesh n) Scanner enclosure o) Windows Vista based operating system p) Run on normal US household current q) Power supply and all cabling r) Crates for transportation s) Provide calibration object and software tools t) One year return-to-factory warranty (3)Software Requirements: Provide scan control software for both whole-body and head/face scanners integrated as a bundled system with a common user interface. The software shall run the scanners, provide a 3D visualization of the subject scanned; render the scan in point, mesh, and RGB color or luminance shading. The software shall provide calibration capability to adjust hardware to local conditions. Software shall include standard scan file name and manipulation functions such as Save scans in native format, Save scans in PLY format, Save scans in other optional formats listed above, Open scans, Delete scans, Rename scans. Specifications: a) Microsoft Windows Vista based. b) Provide a common unified user interface for whole-body and head/face scanner operation. c) Provide scanner calibration functions to adjust scanner hardware output to local conditions. d) Provide hardware diagnoses and easily read error messages. e) Provide 3d visualization of the subject scanned in point, mesh, shaded mesh, or per-vertex color shading. f) Provide standard scan file manipulation capability (save, open, delete, rename) g) Provide the capability for the user to adjust or add to the User Interface. 3.Period of Performance: a. The scanner is required within 120 days after contract award. If a 2nd scanner is purchased, it is required within 120 days after the exercise of the option. b. Installation is required within 30 days of the receipt of the scanner. c. Training on the scanner will occur within 30 days of the installation. d. The estimated period of performance for the maintenance is twelve months from the date of installation. 4.Travel: a.Travel is anticipated under this contract for installation at one location (Quantico VA). b.Travel is anticipated under this contract for personnel training for two days at one location (Quantico VA). c.Travel is anticipated under this contract for routine maintenance of scanners. Two annual site visit (Quantico VA) one day each. d.Optional travel is anticipated under this contract for installation at one location (Natick MA) upon funds availability. e.Optional travel is anticipated under this contract for personnel training for two days at one location (Natick MA) upon funds availability. f.Optional travel is anticipated under this contract for routine maintenance of scanners. Two annual site visit (Natick MA) one day each, upon funds availability. 6. Security: A security clearance is not required for this work. 7. Personnel Qualifications: It is essential the contractor have an understanding of 3D whole-body and face surface scanning system that obtains the full surface geometry of a standing or seated adult male or female. The contractor shall have demonstrated knowledge, expertise and experience in body scanning, ergonomics simulation and body dimension data. 8. Government Furnished Equipment/Information/Computer Utilization: None. 9. Other Direct Costs (ODC's): The Government anticipates ODC's in regards to travel for installation, personnel training, maintenance and possible purchase of repair scanner parts if needed. 10. Deliverables: a.One 3D face/head scanner and one whole body scanner for USMC Base in Quantico VA. b.OPTION: The government may require 2nd scanner at NSRDEC Natick MA if funds become available. c.Installation of 3D face/ head and whole body scanner for USMC Base in Quantico VA. d.OPTION: The government may require installation of 2nd scanner at NSRDEC Natick MA if funds become available. e.Personnel training sessions for 3D face/head and whole body scanner for USMC Base in Quantico VA. f.OPTION: The government may require personnel training sessions for 2nd scanner at NSRDEC Natick MA if funds become available. g.Twelve (12) months of maintenance for 3D face/head and whole body scanner for USMC Base in Quantico VA. h.OPTION: The government may require 12 months of maintenance for 2nd scanner at NSRDEC Natick MA if funds become available. i.Training manuals will be provided in accordance with the Contract Data Requirements List (CDRL) DD Form 1423. 11. Place of Performance: The primary place of performance for installation, personnel training and 12 months of maintenance will be a USMC base Quantico VA. The government may require delivery of a 2nd scanner, with installation, personnel training and maintenance for twelve months for NSRDEC Natick MA location if funding becomes available. 12. Contract Management/Activity Report: The contractor shall be responsible for managing and overseeing the activities of all contractor personnel used in performance of this contract. The contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective services performed in accordance with the requirements contained in the statement of work to include manufacturing at contractor's facility. Installation, personnel training and 12 months maintenance will also be the contractor's responsibility for managing and overseeing. 13. Invoicing: The contractor shall invoice in two installments: 1st to include scanner equipment, installation and personnel training. And the 2nd installment will be upon completion of the first routine maintenance site visit. The contractor shall invoice in the same manner, for the optional purchase of the 2nd scanner, upon funds availability. 14. Contractor Manpower Reporting The contractor shall perform manpower reporting as follows: The contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The contractor shall include the following: (a)Contracting Officer, Contracting Officer's Technical Representative (b)Contract number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, email address, identify of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. Technical and Past Performance Evaluation Factors RFP # W91A2K-1193-1004 Anthropometric Survey 3d Head and Body Scanner Date: Time: Proposal Company: Evaluators: Area I: Technical (80% relative score weight) Factor 1: Whole-Body Scanner (45%) Adjective Assessment: (Acceptable/Unacceptable) Acceptable rating means the company meets or exceeds all technical criteria. Written Evaluation: Strengths: (Strongest technical points such as those that exceed tech specs or are unique to the company's system. Try not to compare to another system.) Weaknesses: (Weakest technical points such as those that barely meet tech specs or other shortcomings that are not deficiencies. Try not to compare to another system.) Deficiencies: (Technical points clearly missing). Factor 2: Head Scanner (45%) Adjective Assessment: Written Evaluation: Strengths: Weaknesses: Deficiencies: Factor 3: Installation/Maintenance (10%) Adjective Assessment: Written Evaluation: Strengths: Weaknesses: Deficiencies: Area II: Past Performance (20% relative score weight) Factor 1: Past Performance Performance Risk Rating: (Low Risk/Moderate Risk/High Risk) Performance relative to how well the company performed in past contracts Written Evaluation: The following Clauses apply to this award: CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.204-10 Reporting Executive Compensation and First-Tier JUL 2010 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-6 Protecting the Government's Interest When Subcontracting DEC 2010 52.212-3 Offerors Representations and Certifications MAY 2011 52.212-4 Contract Terms and Conditions - Commercial Items JUN 2010 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.243-1 Changes-Fixed Price AUG 1987 52.246-2 Inspection of Supplies-Fixed-Price AUG 1996 52.246-16 Responsibility for Supplies APR 1984 52.249-2 Termination for Convenience of the Government (Fixed Price) MAY 2004 252.204-7004 Central Contactor Registration (52.204-7) Alternate A SEP 2007 252.211-7003 Item Identification and Valuation JUN 2011 252.225-7002 Qualifying Country Sources as Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing of Contract Modifications DEC 1991 252.246-7000 Material Inspection and Receiving Report MAR 2008 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (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 (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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 (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (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 (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (10) [Reserved]. ___ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (12)(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_ (13) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (d)(2) and (3)). ___ (14)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___ (iii) Alternate II (OCT 2001) of 52.219-9. ___ (iv) Alternate III (JUL 2010) of 52.219-9. ___ (15) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f). ___ (21) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2011). ___ (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2011). _X_ (24) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _X_ (26) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (27) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _X_ (28) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). _X__ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ___ (32) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (33) (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.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) ___ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). ___ (ii) Alternate I (DEC 2007) of 52.223-16.. ___ (36) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513). ___ (37) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (38)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (40) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) ___ (44) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (45) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) ___ (47) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (49)(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. ____ (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 Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) ____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). ____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). ____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). (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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item,identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (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 60 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 60 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 360 days. (End of clause) 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): Http://farsite.hill.af.mil/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) 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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2011) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ___252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ___ 252.203-7003, Agency Office of the Inspector General (SEP 2010) (Section 6101 of Pub. L. 110-252, 41 U.S.C. 3509 note). (3) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (OCT 2010) (15 U.S.C. 637). (5) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) _X_ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (ii) ____ Alternate I (DEC 2010) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (9) _X__ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (12) )(i) ___ 252.225-7021, Trade Agreements (JUN 2011) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ___ Alternate I (SEP 2008) (iii) ___ Alternate II (DEC 2010) of 252.225-7021. (13) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (14) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (15)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUL 2009) of 252.225-7036. (iii) ___ Alternate II (DEC 2010) of 252.225-7036. (iv) ___ Alternate III (DEC 2010) of 252.225-7036. (16) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (17) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (18) ____ 252.227-7015, Technical Data--Commercial Items (MAR 2011) (10 U.S.C. 2320). (19) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (20) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (21) ____252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (22) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (23) _X_ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (24)____252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) (Section 807 of Public Law 111-84). (25)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (26)(i) __X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (27) __X__ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) ALL DISCOURSE CONCERNING THIS SOLICITATION AND ITS REQUIREMENT SHALL BE DIRECTED TO ARMY CONTRACTING COMMAND -ABERDEEN PROVING GROUND, NATICK CONTRACTING DIVISION (ACC-APG, NCD), MR. GEORGE BERNARD AT GEORGE.BERNARD@US.ARMY.MIL. ANY REMARKS, EXPLANATIONS, ANSWERS PROVIDED BY ANY OTHER GOVERNMENT REPRESENTATIVE SHALL NOT CHANGE OR QUALIFY ANY OF THE TERMS OR CONDITIONS OF THE SOLICITATION OR ANY RESULTANT CONTRACT. THE SOLICITATION SHALL ONLY BE CHANGED BY A WRITTEN AMENDMENT ISSUED BY THE ACC-APG, NCD OFFICE. Charges related to the contract shall be processed through Wide Area Work Flow according the contract requirements. Any charges, in addition to the agreed contract, must be prior approved by the Contracting Officer's Representative (COR) in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48412b8b40616dac4838d0dac4f0f87f)
 
Place of Performance
Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02522022-W 20110806/110804235211-48412b8b40616dac4838d0dac4f0f87f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.