Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOLICITATION NOTICE

71 -- Furniture, design, delivery and installation - APHIS-ALB-17-833097

Notice Date
12/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-ALB-17-833097
 
Archive Date
4/30/2017
 
Point of Contact
Carol R. Dingess, Phone: 970-494-7360
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Floor Plans Interested vendors please complete and return Attachment_A by notice due date and time (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13 using the format found at FAR Subpart 12.6 - Streamlined Procedures for evaluation and solicitation for commercial items and supplemented with additional information included in this notice. Contracting officers shall use the policies in this part in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in Part 13, Simplified Acquisition Procedures; Part 14, Sealed Bidding; or Part 15, Contracting by Negotiation, as appropriate for the particular acquisition. Contracts for the acquisition of commercial items are subject to the policies in other parts of the FAR. When a policy in another part of the FAR is inconsistent with a policy in this part, this part 12 shall take precedence for the acquisition of commercial items. (ii) This solicitation number APHIS-ALB-17-833097 is being issued as a, request for quotation (RFQ) (iii) In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2 (Feb 1998);The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html (iv) This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. (Nov 2011) In accordance with Agricultural Acquisition Regulation ( AGAR )452.219-70 (NOV 1996) Size Standard and NAICS Code Information : The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: NAICS Code 337214 Office Furniture Manufacturing Size Standard 1,000 Employees (v) List of contract line item number(s) and items, quantities and units All cost to include but not limit to: overhead, general and administrative, profit, insurance, and shipping. FAR Provision 52.214-22 - Evaluation of Bids for Multiple Awards (Mar 1990) Applies Projected move-in date is around 3/1/2017 1. WORKSTATIONS Quantity Unit of Issue Lower WS (Tech/Climber space) Work Tables 20 Each (no power or com.) (In rooms 132 & 116) Technician work surface 33 Each (with power or com.) Quantity Unit of Issue WS-1 (Officers room 151) 14 Each 2. SEATING Quantity Unit of Issue Stackable task chairs 35 Each (Room 132) Guest Chair 14 Each (Room 151A, 151B (2 each), 3. SUPERVISOR OFFICE SUITE Quantity Unit of Issue Office suite 6 Each (Rooms 151A, 151B) 4. MANAGER OFFICE SUITE Quantity Unit of Issue Office suite 2 Each (Rooms 151A, 151B) 5. DESIGN AND LAYOUT: Number Cost Design/Layout of Hours Per Hour Total Estimated 20 X $ ________ 6. INSTALLATION SERVICES $ ____________________________ (vi) Description of requirements for the items to be acquired. A. Furniture, design, delivery and installation for new Ohio Department Of Agriculture, Plant Protection and Quarantine, Asian Long Horn Beetle (ALB) office Provide all components, hardware, and parts necessary for proper assembly, installation, and operation, even though certain items may not be specifically described in this specification. The contractor is responsible for ultimately determining what components are needed to complete proposed configurations, including screws, cleats, hinges, brackets, cantilevers, power flex and span connectors, and any other necessary hardware not listed. B. Project Requirements 1. Components: Provide all components, hardware, and parts necessary for proper assembly, installation, and operation, even though certain items may not be specifically described in this specification. The contractor is responsible for ultimately determining what components are needed to complete proposed configurations, including screws, cleats, hinges, brackets, cantilevers, power flex and span connectors, and any other necessary hardware not listed. 2. New: a. All components shall be new and shall be delivered ready for use. b. Modular furniture parts shall be in one uniform color to complete configuration. c. The successful contractor will pull and gather all inventory required to complete configuration. d. All powered panels will be tested before shipping. 3. Manufacturers: a. The same manufacturer shall be used for all items within a workstation to allow all workstations, finishes, veneers, colors and details to match. b. The drawing typical on specification sheets are for representational purposes of customer's preference of design intent and style. c. Manufacturer variances apply to all dimensions provided on workstation specifications C. Delivery: All shipping and handling charges shall be paid by the contractor; responsibility and liability for loss or damage shall remain with the contractor until final inspection and acceptance by the USDA. D. Performance of work on government premises: 1. Current rules and regulations applicable to the premises where the work will be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restriction and any safety procedures as outlined in the site regulations. 2. It is estimated that contract installations will be completed by February 15, 2017. 3. Contractor will remove and dispose of existing systems furniture in the designated space prior to the installation of the new systems furniture. There may not be space available to allow for staging or storage on the site for the furniture, in which case, delivery coordination and staging must be closely monitored. If space is available, product can be staged and stored on site. 4. The contractor will work with voice/data cabling and electrical contractors in a coordinated fashion as the systems furniture is installed. 5. The contractor shall coordinate all deliveries and installation times with the USDA Contract Office Representative. 6. Completion of the installation requirement will require the following minimum tasks: a. Provide on-site management, coordination and technical assistance by the contractor's project manager working with the Contract Office Representative throughout the installation phase. b. The contractor must arrange delivery to the installation site location in accordance with the Installation Schedule. c. Meet all incoming delivery vehicles at the building entrance, unload deliveries, check for damages, and move them to the appropriate areas. d. Installation will be completed after USDA duty hours and or weekends as to not interrupt the work stations mission. e. Complete installation of furniture systems in accordance with Government approved manufacturer specific drawings and specifications. Any missing or damaged products must be replaced immediately. f. Contractor shall provide two copies of each of the following: 1) Product Warranties 2) Copies of final drawings with part numbers 3) Installation drawings (to include an electronic version of As-Installed Drawings). 4) Wire management plans 5) Installation Instructions g. The contractor shall be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru to the designated USDA representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the contractor to protect the building. h. The contractor shall provide entirely complete and usable furniture systems for occupancy and immediate use. i. The contractor shall clean up and dispose of waste materials or rubbish in accordance with all applicable federal, state, and local regulations, standards, codes and laws. 1) The contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the contractor. 2) The contractor shall keep the job site, including staging and storage areas used by the contractor, free from accumulations of waste material or rubbish. 3) Material shall be removed daily to eliminate the accumulation of debris. 4) Prior to completion of the work, the contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the contractor or used under the contractor's direction. 5) Under no circumstance will eating and drinking be allowed on the installation site. j. At least one week prior to the beginning of delivery and installation, the contractor's shall provide the following information to the USDA Project Manager: 1) Company name, address, telephone number, supervisor/installation site manager's name, and name of each individual installer. 2) OCIP insurance documentation requirements will be provided to the awarded contractor. k. The contractor will be responsible for confining its crew and work to the designated project areas. The contractor will also be responsible for ensuring that the installation personnel are identifiable. l. Building Utilities: The contractor's work shall not interrupt building utility services without the prior written approval of the USDA Project Manager and the Building Manager. m. The contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation. The contractor shall be responsible for all replacement costs, including communications, shipping, and installation. n. The contractor shall correct all punch list items, to the satisfaction of the customer, within 30 working days after completing the furniture installation on each floor. o. The contractor shall clean and dust furniture surfaces inside and out upon installation completion. E. Project Administration The main project point of contacts: USDA Project Onsite Manager TBD The Contractor Project Manager or Representative shall be on site during the installation phase to address any problems and to ensure a smooth installation process. On site progress meetings will be held after contract award, as well as continued meetings during the installation phase. Meeting frequency will be determined after contract award. F. Design The contractor shall design all aspects and documents to the customer for review and approval. 1. A copy of the finalized design shall be submitted to the USDA Project Manager for approval. 2. The contractor will assist the customer by providing suggested colors, fabrics and accessories which will coordinate with carpets, paints, etc. in the area. 3. The final approved layouts, drawings, and bill of materials shall be submitted to the USDA Project Manager in a timely manner in order to meet required delivery and installation schedule. Installation plan documents shall be provided in ‘dwg' and ‘pdf' formats. 4. The bill of materials shall have a signed, certified statement that the bill of materials conforms to the approved final design. No changes in the bill of materials may be made without written notification to the project manager. 5. Upon installation completion the contractor shall submit a statement of acceptance, to be reviewed and signed by the USDA Project Manager. Request for payment shall not be accepted prior to receipt of a USDA approved statement of acceptance. 6. Any request to modify design/installation documents or pricing shall be negotiated and approved, IN WRITING, by the Contracting Officer. Performance on a requested change order shall not be performed until a signed modification has been received by the contractor. 7. The contractor shall provide an inventory of all products installed under this project. The final Bill of Materials, final drawings with part numbers, installation drawings and installation instructions will serve to meet inventory needs. 8. Specific orders will be placed with the successful contractor for those products from its GSA contract catalog and/or tested and approved commercial catalog that meet the actual needs of the project, at the awarded discount terms and concessions. G. Furniture specifics 1. All dimensions, shapes, etc., illustrated are to describe the type of workstations and components, which the government expects to procure. 2. The offeror shall submit illustrations drawn to scale with an itemized listing of all components, showing his solution for the workstation. The listing shall include the offeror's part number, nomenclature, size, quantity and unit price of each component required for the workstation. a. Systems Furniture: 1. The various components (work surfaces, overhead cabinets, storage towers, pedestals, lateral files, etc.) will be positioned in a task related manner within easy reach of the station occupant. 2. Sufficient panels shall be provided to effectively house the specified components and to facilitate the indicated tasks. 3. Any components which are needed to conform to the manufacturer's recommendations for installation shall be included. 4. The contractor shall provide the necessary quantity of electrical connecting devices from the powered base of the furniture or at the work surface. 5. All necessary electrical components shall be provided including receptacles, jumpers, terminal boxes, etc., necessary to wire the panels including power feeds. 6. Cubicles must have built in power and data outlets fed through power and data poles from ceiling (power and data poles by supplier will to comply with the infrastructure design requirements). _ b. Panels. 1. All panels shall be steel frame and skin or steel frame and tile system consisting of an open core frame and removable skins/tiles. Manufacturer mid-level grade fabric covered for office space. 2. Panel shall house all electrical, data and communication cable requirements. The panel frame system shall provide precise alignment of adjacent panels and shall have leveling glides. 3. It is preferred that no panel creep occurs. It is preferred that panels be no more than 3" wide. The workstation panels are to be powered along a central spine layout with each workstation being equipped to (2) powered panels. 4. Each workstation shall receive (3) general use 20 Amp duplex outlets and (1) Data outlet spread between these powered panels. 5. Panels shall be capable to accommodate communication cables with a 3-circuit system in place. c. Work surfaces. 1. Shall be a minimum of 1 1/4 inch high pressure laminate of solid core construction and vinyl edged with pilot holes at all pedestal, end panel, and bracket locations. 2. All work surfaces shall include one edge grommet, centered at rear of work surface. 3. Overhead cabinets shall include a door. 4. Overhead cabinets, storage towers, pedestals, and lateral files. Shall be provided with locks. All locks in a workstation shall be keyed alike. Shall be powder coated baked enamel/epoxy spray-painted finish all sides, interior and exterior for steel construction to match the workstations. 5. Box drawers shall be rated at 50 pounds, file drawers rated at 150 pounds. 6. Overhead/ storage, drawer fronts, outer wrapper, pedestal back and inner frame shall be a minimum of 18 gauge steel. 7. Work tables should be interlocking, on castors, and have a flip top to allow them to be stowed away when not in use. 8. Technician work surfaces to be placed along the wall shall have a tray to accommodate power and communication connections. a. Bookshelves 1) Bookcases and supply cabinets shall be 18 +/- gauge steel; adequate to meet 200n lbs. PSF requirement. 2) All Supply/ Storage units shall be supplied with locks. 3) All shelves shall be a minimum of 12" deep. b. Seating 1) Stackable task chair. a) Chairs shall be offered with upholstered seats in mid-grade fabric and upholstered backs. b) Chairs shall be between 38" and 43" overall height, seat height between 16-21" high. Overall width and depth is 29"+/- x 29"+/-. c) Chairs shall support up to 300 lbs. and meet all ANSI/BIFMA Standards. d) Chairs shall have flexible plastic back and seat. e) Chairs shall be stackable. 2) Guest Chair a) The chair seat and back shall be medium-grade fabric, fully upholstered seat and back. b) Chairs shall have glides. The depth of the seat pan shall be between 18"-24" inches. Overall height approximately 32-34" High; Depth and width approximately 22- 25" W x 22-24"D. c) Chairs shall support a weight of up to 250 lbs. d) It is preferable the chair is of a stackable design. (vii) Place(s) of delivery and acceptance and FOB point. Address: USDA APHIS PPQ 3079 Angel Road Bethel OH 45106 1. Shipment will be FOB Destination and Inspection and acceptance is in accordance with FAR Clause 52.212-4(a) 2. For Invoice Processing and Payment. NO ALTERNATE PAYMENT TERMS ACCEPTED Payment is 30days After Receipt of Supplies or Services and upon acceptance of proper invoicing in accordance with Prompt Payment Act (31 U.S.C. 3903) USDA uses the Invoice Processing Platform (IPP) for electronic submission and tracking of purchase orders, invoices, and payment information to its suppliers of goods and services: Enroll at https://ipp.gov. The IPP is a government-wide secure web-based invoice processing service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury's Financial Management Service (FMS). Upon contract award, you will receive a notification of your one-time enrollment requirement in an automatic invoice payment notification system available through IPP. This one-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. Contractors must submit invoices and attach all supporting documentation as required within 5 business days of completion of services provided. Supporting documentation include,for example; maintenance inspection checklist, timecard for labor, travel receipts etc.. The COTR will review the supporting documents before approving invoices in IPP, if supporting documentation is not provided the invoice will be rejected. IPP will issue a notification to contractor that they must submit supporting documentation and resubmit the invoice. Please see https://www.ipp.gov/vendors/enrollment-vendors.htm and Submit invoices through the Invoice Processing Platform (IPP) Enroll at https://www.ipp.gov/ IPP is a secure, web-based system that manages government invoicing. 3. The U.S. Department of Agriculture is a tax exempt agency. (Exempt from state and Federal tax) Tax ID Number : 41-0696271. Tax Exempt # 4700 (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (Oct 2015) (ix) the applicability of the provision at 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: 1. Quality of Furniture and Appeal (ALB staff preference) 1. Past performance(has vendor supplied any other government offices) 2. price 2. Delivery 3. Vendor Location (concerning warranty, service & availability) In accordance with FAR 15.304, Quality of Furniture (including ALB staff preference) and past performance, when combined, are more important than price and delivery. Vendor Location is of least concern. (x) offerors are to include a completed copy of the provision at 52.212-3, (Dec 2016) Offeror Representations and Certifications-Commercial Items, with its offer. (See Pages 5-25 on Attachment_A) (xi) The clause at 52.212-4, (May 2015) Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, (Dec 2016) Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Dec 2016) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (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)). (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.] ___ (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 (Oct 2015) (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 (Oct 2016) (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). ___ (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 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. ___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) (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 (Nov 2016) of 52.219-9. ___ (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). X (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, 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 (Oct 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ____(29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (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 (Feb 2016) (38 U.S.C. 4212). ___ (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 (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 (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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). X (47) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (48) (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. ___ (49) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (50) 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). ___ (51) 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). ___ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (56) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (57) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (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. (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) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (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 2015) (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)). (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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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. (iv) 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. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (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). (xii) 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.) (xiii) 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) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ____ (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xviii) 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). (xix) 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. (xx) 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) The following clauses and provisions also apply to this acquisition FAR Clause 52.232-40 (Dec 2013) Providing Accelerated Payments to Small Business Subcontractors applies to this acquisition. FAR Clause 52.204-18 (Dec 2016) Commercial and Government Entity Code Maintenance. FAR Clause 52.225-25 (Oct 2015) Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR Clause 52.247-21 (Apr 1984) Contractor Liability for Personal Injury and/or Property Damage. FAR Clause 52.237-2 (Apr 1984) Protection of Government Buildings, Equipment, and Vegetation. FAR Provision 52.204-16 (Jul 2016) Commercial and Government Entity Code Reporting. FAR Provision 52.204-7 (Oct 2016) System for Award Management Far Provision 52.204-17(Jul 2016) Ownership or Control of Offeror. Far Provision 52.204-20 (Jul 2016) Predecessor of Offeror. (full txt) FAR Provision 52.214-22 (Mar 1990) Evaluation of Bids for Multiple Awards (xiii) Warranty Implied Warranty - The Government's post award rights contained in 52.212-4 are the implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph. Additional Warranty - : Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. (xiv) This requirement has no DPAS rating. Defense Priorities and Allocation System (DFAS) does not apply as this acquisition is not in support of an approved national defense, emergency preparedness, or energy program. (xv) The date, time quotes are due is: 4:PM 02/03/2017 Questions regarding this requirement are to be submitted no later than 01/20/2017 Please return to: Carol Dingess Email: Carol.Dingess@aphis.usda.gov Mailing Address: Attn: Carol Dingess Contract Specialist Sol# APHIS-ALB-17-833097 2150 Centre Avenue Building B (MS -2E20) Fort Collins, CO 80526 Ph# 970-494-7360 Fax# 612-336-3550 Attn Carol Dingess (2E20) (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Same as (xv)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-ALB-17-833097/listing.html)
 
Place of Performance
Address: USDA APHIS PPQ ALB, 3079 Angel Drive, Bethel, Ohio, 45103, United States
Zip Code: 45103
 
Record
SN04359597-W 20161224/161222235429-41bcb8c7594ddce379c84c77c9911c0d (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.