Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOLICITATION NOTICE

R -- Maintaining a Conservation Science Data Foundation

Notice Date
2/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 Atlanta GA 30345-3310
 
ZIP Code
30345-3310
 
Solicitation Number
F16PS00186
 
Response Due
2/8/2016
 
Archive Date
2/26/2016
 
Point of Contact
Promise, Jamese
 
Small Business Set-Aside
Total Small Business
 
Description
I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation number F16PS00186 is being issued as a request for quote (RFQ) with intent to issue a single Blanket Purchase Agreement (BPA) with a 5 year agreement period of performance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. II. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. This action is being solicited as a small business set-aside and only qualified offerors may submit a quote. The NAICS Code associated with this requisition is 541690, with a small business size standard of 15M. III. The U.S. & Wildlife Service has a requirement for maintaining a Conservation Science Data Foundation in Florida. IV. Offerors are cautioned that a warranted Contracting Officer is the only authorized Government Representative to make any contractual changes once an award is made. No oral statement of any person whomsoever shall, in any manner or degree modify or otherwise affect the terms of this Purchase Order. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the Purchase Order price to cover any increase in costs incurred as a result thereof. The CO for this order is Jamese Promise at jamese_promise@fws.gov. V. Government Representative (GR): Authorized Government Point of Contact for this order is Paul Lang, paul_lang@fws.gov. He shall not, however, have the authority to make any changes in the purchase order. VI. Scope of work: The Contractor shall provide services related to data sharing and technical expertise on species and their habitats in Florida. These services include, but are not limited to, the following: status reports, database management, survey & monitoring, and data analysis. See Performance Work Statement. Please provide a firm Fixed Priced or Labor Hour Pricing for each line item: 0001. Species status report 0002. Life history report 0003. Species location information 0004. Species data analysis 0005. Species distribution maps 0006. NCWC grant proposal review 0007. Environmental review support 0008. 12 Month finding support 0009. Candidate Notice of Review support 0010. Proposed listing/CH background doc. 0011. 5-year status review assistance 0012. Recovery Plan assistance 0013. Status, trend, distribution surveys 0014. Survey protocol development assist. 0015. Habitat inventory, monitoring, assess. 0016. Species data QA/QC and update 0017. Species database development 0018. Species database data entry 0019. Natural community mapping 0020. Species inventory on Service lands 0021. Species monitoring on Service lands 0022. Natural resource assessment report 0023. Land prioritization analysis 0024. Landowner conservation prog support 0025. Conserv Planning tool development 0026. Conserv Planning Model development 0027. Stakeholder coord. and facilitation VII. All interested Contractors shall provide a quote as follows: (1) SF 1449 is acceptable for submitting quote. Parties responding to this solicitation may also submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.), but at the minimum include the following information: Company's name, point of contact, address, phone number, fax number, email address, solicitation number, item Description/Specification (Descriptive literature if applicable), and price per line item. (2) Provide your response to evaluation factors uses to evaluate quotes listed in Addendum to FAR 52.212-2, Evaluation ¿Commercial Items. Contractors who do not respond to each evaluation factor will be considered non-responsive. (3) Complete Experience Questionnaire and Past performance Surveys as part of evaluation factors. (4) Statement confirming registration in SAM (www.sam.gov). Statement confirming Representation and Certification completion within SAM. Provide account expiration date, cage code, DUNs number, and taxpayer ID number; (5) Statement confirming that you will accept electronic payment through IPP. (www.ipp.gov) (6) Quality Control Plan: The Contractor is responsible for quality control and management actions to meet the performance requirements and terms of the Contract. The Contractor shall prepare, submit, and implement a written quality control plan (QCP) as described below. The Contractor shall ensure that the required services specified in this contract, meet the quality standards outlined in this contract an ensure that the janitorial services are performed in accordance with commonly accepted commercial practices. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the Contractor shall develop quality control procedures addressing the areas identified in the performance requirements summary. NOTE: Any quotes not received by the due date and time specified in this synopsis/solicitation will be rejected. Additionally, any incomplete quote not containing the required information as stated in this solicitation may also be rejected. VIII. System for Award Management (SAM) Registration - A prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained via the Internet at: https://www.sam.gov/portal/public/SAM/#1 or by calling 866-606-8220. Failure to maintain a current/active account so will render your offer non-responsive. Please note that before a complete evaluation of your proposal can be made offerors must provide Offeror Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. IX. RFQ Due Date: Telephone quotes will NOT be accepted. All quotes must be received at this office no later than February 8, 2016 3:00 PM Local Eastern Time. ONLY EMAILED QUOTES WILL BE ACCEPTED. Email to jamese_promise@fws.gov. Attention to: jamese_promise@fws.gov. Please reference/subject: solicitation number. Quotes should be attached document that is either Microsoft Word 97 compatible or PDF. The anticipated award date is on or about February 11, 2016. Please do not request award status prior to this date. X. All questions regarding this solicitation must be emailed to jamese_promise@fws.gov. XI. Provisions and Clauses: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) 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://farsite.hill.af.mil/vffara.htm FAR 52.204-7, System for Award Management (JUL 2013) Registration - A prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained via the Internet at: https://www.sam.gov/portal/public/SAM/#1 or by calling 866-606-8220. Failure to maintain a current/active account so will render your offer non-responsive.) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿Representation and Certification (DEC 2012) FAR 52.212-1 Instructions to Offerors - Commercial Items. (APR 2014) (See attached Addendum to 52.212-1) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. (End of Provision) FAR 52.212-2 Evaluation - Commercial Items. (JAN 1999) Tailored (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. The source selection method used by the Government will be lowest price technically acceptable. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the offeror's best terms from both a price and technical standpoint. The Government reserves the right to reject quotes that are unreasonably low or high in price and reserves the right to not make an award. The Government will notify unsuccessful offerors as required by FAR 15.503. The following factors shall be used to evaluate offers (See Attached Technically Acceptable Evaluation Criteria): (i) Technical Approach, Methods, and Procedures (ii) Staffing Capacity and Proposed Key personnel (iii) Quality Control Plan (iv) Past Experience (v) Past Performance (b) Options. N/A (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 52.212-3 Offeror Representations and Certifications-Commercial Items. (MAR 2015) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 52.204-13, System for Award Management Maintenance (JUL 2013) 52.213 -1 Fast Payment Procedure (MAY 2006) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.236.13 Accident Prevention. ALT I (NOV 2011) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 52.237-3 Continuity of Services. (JAN 1991) DIAR 1452.201-70 Authorities and Delegations. (SEP 2011) The terms and conditions to this cause are determined by the contracting officer to be necessary for this acquisition and consistent with customary practices. 52.212-4 Contract Terms and Conditions - Commercial Items. (MAY 2015) With the following addendum to Addendum to 52.212-4 Contract Terms and Conditions - Commercial Items: (g) Invoice ¿ Invoices shall be submitted IAW Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) - No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer (End of Clause) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. (MAY 2015) 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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (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) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 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.] (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). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___x___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) [Reserved] x(6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (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 (Aug 2013) (31 U.S.C. 6101 note). ___x__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (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 2011) (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 2014) (15 U.S.C. 637(d)(2) and (3)). (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (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 (Oct 2014) of 52.219-9. ___x__(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (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). _xx_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _ x___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ______ (26) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _x____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x____ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___x___ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). ____x __(30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _xx____ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (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 (Aug 2013). (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.) (35) (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.) (36) (i) 52.223-13, Acquisition of EPEAT ® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (ii) Alternate I (Jun 2014) of 52.223-13. (37) (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. (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (39) (i) 52.223-16, Acquisition of EPEAT ® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. _xx ____(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___x____(41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (42) (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. (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __x ¬ ¬x____(44) 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). (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). _______(48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _xx ¬____(50) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). (51) 52.232-34, Payment by Electronic Funds Transfer ¿Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (54) (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. 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 (May 2014) (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). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (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 2014) (E.O. 13658). (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). 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. 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. 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. 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) 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 ¿ 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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. 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. 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 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. 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (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). 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.) 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) 52.222-54, Employment Eligibility Verification (Aug 2013). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 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. 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) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the Contractor ¿s generated invoice is to be submitted as an attachment to the IPP invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Wage Determination In the performance of this contract, the Contractor shall comply with the requirements of U.S. Department of Labor wage determination number WD 05-3007 (Rev.-18). The wage determination is incorporated and made a part of this order. To view applicable rates, please visit the following web address: http://www.wdol.gov. A full text copy will be provided upon request. (End of clause) Non-Personal Service As stated in the Federal Register, Volume 57, No. 190, page 45096, dated September 30, 1992, Policy Letter on Inherently Governmental Function, no personal services shall be performed under this contract. All work requirements shall flow only from Project Officer to the Contractor Employee. No Contractor Employee shall be directly supervised by the Government. The applicable employee supervisor shall give all individual employee assignments and daily work direction. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently governmental action under this contract. No contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as Contractor and specify the name of the company for which they work. In all communications with the Government contractors in connection with this contract, the Contractor employee shall state that he/she has no authority to, in any way, change the contract and that if the other contractor believes this communication tobe a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall insure that all of its employees working on this contract are informed of the substance of this article. Nothing in this article shall limit the Government ¿s eights in any way under the provisions of the contract, including those related to the Government ¿s right to inspect and accept the services to be performed under this contract. The substance of this article shall be included in all subcontracts at any tier. (End of clause) (End of Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00186/listing.html)
 
Record
SN04007133-W 20160204/160202234312-5a5eb104aa1600bd303319a418b5db7e (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.