Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

99 -- International Travel Medicine Software Subscriptions - Attachment I - Pricing Sheet

Notice Date
6/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
OSCU-HRD-0105
 
Archive Date
7/28/2017
 
Point of Contact
Andrew Clark, Phone: 7033225984
 
E-Mail Address
andrew.clark@ic.fbi.gov
(andrew.clark@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Sheet SUMMARY This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document OSCU-HRD-0105 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95, effective January 19, 2017. The Federal Bureau of Investigation (FBI) intends to award a Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) with a one (1) twelve month base period and four (4) twelve (12) month option periods for Online Subscription Services associated with the North American Industrial Classifications Systems (NAICS) code 519130, Internet Publishing and Broadcasting and Web Search Portals and the size standard is 1,000 employees. This procurement is being conducted under FAR Part 13 Simplified Acquisition Procedures and is a Total Small Business Set-Aside, only small business vendors will be considered for award. QUESTIONS All questions regarding this RFQ must be submitted by June 23, 2017 11:00 a.m. EST and directed to Andrew Clark, Contracting Officer, at adclark3@fbi.gov. Only questions submitted to the email address provided will be accepted. EVALUATION The Government will establish a BPA resulting from this solicitation based on the lowest price technically acceptable quote. By submitting a quote in response to this solicitation, the quoter certifies full capability to meet all requirements and to provide the products as specified in this solicitation. SECTION I - STATEMENT OF WORK (SOW) 1. Requirement The FBI requires an International Travel Medicine Software commercial-off-the-shelf (COTS) subscription for support of the international travelers' medical preparedness and the medical provider health protection information that is needed for pre and post deployment medical care. The Contractor shall propose at a FFP a software to be evaluated for technical acceptability. The Contractor shall provide pricing for the base period and each of the four (4) option periods. Failure to provide pricing for all periods may result in your quote not being considered for an award. 2. Background The FBI Health Care Programs Unit (HCPU) has utilized a subscription-based international travel medicine software program to create customizable, itinerary based, traveler and healthcare provider reports that provide health information, medical recommendations, and country specific elements for pre and post deployment medical care. 3. Objectives The Contractor shall provide real time up-to-date global medical resources information and country specific disease risk information for travelers and medical decision makers. 4. Technical Requirements The Contractor shall provide online FBI-Wide Subscription Service with the following capabilities: • Internet based accessible (unclassified), subscription-based, international travel medicine awareness software that automatically produces an integrated, customizable, itinerary based summary of cogent health information, medical recommendations, and country specific key elements. • Customizable provider and traveler individual or group reports with: o Standard formatting for all reports. o Reports should be formatted for printing or emailing. o Detailed vaccine requirements and travel measures per itinerary that address:  Yellow fever.  Routine, Recommended and Required travel immunizations.  Malaria prevention.  Traveler's diarrhea.  Alerts and bulletins for current health and safety concerns.  Basic protective measures for local health and environmental threats (insect precautions, bed netting, sunscreen, snakes, scorpions, spiders, etc.). o Health concern summary. o Malaria, Yellow Fever, Meningitis and elevation maps -  Interactive maps preferred with preventative measures recommendations.  Maps should auto populate based on itinerary. o Local hospital and embassy contact information including available services, trauma care capability, and standardized facility rating relative to other developed world healthcare facilities. • Should be accessible globally from mobile devices. • Software must be able to generate multi-country itineraries. • Timely updating of relevant travel health and safety information. • Must have a medical director who oversees the report content. • Real-time travel and immunization alerts via email for medical providers that provide rapid identification and subscriber notification of developing critical events that have health impacts, combined with analysis of the observed or anticipated impacts and recommendations for subscriber actions. • No promotional or advertisements of any nature to be included in the reports. • Country by country specific threat and resources information combined with recommendations for countermeasures, mitigation, and response resources addressing identified threats. 5. Pricing Period Product Subscription Length Users (Estimated) Price Per Subscription Base Year Subscription - International Travel Alerts 12 Months 5,000 Option Year I Subscription - International Travel Alerts 12 Months 5,000 Option Year II Subscription - International Travel Alerts 12 Months 5,000 Option Year III Subscription - International Travel Alerts 12 Months 5,000 Option Year IV Subscription - International Travel Alerts 12 months 5,000 The Government reserves the right to exercise partial Options in Option Periods One (1) through Four (4). In the event that the Government requires more or fewer than 5,000 users, prior to exercising the option via the Notice of Intent to Exercise Option. The Contractor shall price the Option using the agreed upon unit pricing in Schedule B. The Government will pay the agreed upon unit price for the number of users required in that year. 6. Section 508 Compliance Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies to purchase electronic and information technologies (EIT) that meet specific accessibility standards. This law helps to ensure that federal employees with disabilities have access to, and use of, the information and data they need to do their jobs. Furthermore, this law ensures that members of the public with disabilities have the ability to access government information and services. There are three regulations addressing the requirements detailed in Section 508. The Section 508 technical and functional standards are codified at 36 CFR Part 1194 and may be accessed through the Access Board's Web site at http://www.access-board.gov. The second regulation issued to implement Section 508 is the Federal Acquisition Regulation (FAR). FAR Part 39.2 requires that agency acquisitions of Electronic and Information Technology (EIT) comply with the Access Board's standards. The entire FAR is found at Chapter 1 of the Code of Federal Register (CFR) Title 48, located at http://www.acquisition.gov. The FAR rule implementing Section 508 can be found at http://www.section508.gov. Regardless of format, all Web content or communications materials produced for publication on or delivery via Web sites - including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content intended for use on Web site must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents below. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the SOW or PWS, shall be the responsibility of the contractor or consultant retained to produce the Web-suitable content or communications material. The following Section 508 sections apply: 1194.22 - Web-based Intranet and Internet Information and Applications. 1194.41 - Information, Documentation, and Support. 7. Instructions to Offerors The Quoter shall use and complete the Pricing Schedule in Attachment I. An incomplete quotation or pricing with omission will be considered unacceptable. Quoters are advised to provide their best prices in their quotation. The Government does not intend to have communications to allow revision of quotations. The Government reserves the right to communicate with Quoters should the Government determine it is necessary for quotation revisions and/or clarifications prior to award. All Quoters providing quotations must clearly state the overall cost to the Government. All Quoters are to provide an example Travel Report incorporating the Technical Requirements at the least stated in Section 4. All quotes will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. The FBI may request demonstrations from the LPTA Contractor that has the COTS Travel Alert Subscription evaluated on the software's ease of access and quality of report generating. The LPTA Contractor shall provide a fourteen (14) day trial period to ensure all capabilities and functionality required above perform to the satisfaction of the HCPU medical providers and TPOC. If the LPTA Contractor is deemed not technically acceptable then the next lowest quoted offer will be evaluated for technical acceptability. Quoters shall submit one (1) copy of their quotation with pricing information. Quoters shall submit all applicable terms and conditions in full text as attachments, appendix, or exhibits. Quoters are advised that additional terms and conditions submitted with their quotations Quotes shall be valid for 60 days. Questions are due by 11AM Eastern Time on June 20, 2017. Any relevant questions must be addressed. Quote Submission Instructions: 1. The Contractor is required to submit a quote using the pricing schedule, Attachment I. 2. Quotes shall be submitted via email to: adclark3@fbi.gov by 11AM (EST) Wednesday, July 13, 2017. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). SECTION II - GENERAL REQUIREMENTS 2.0 Extent of Obligation The Contractor shall perform The Government is obligated only to the extent of authorized purchases actually made under the terms of the BPA. The Government reserves the right to cancel this BPA at any time by providing written notice to the Contractor of any such cancellation. 2.1 Purchase Limitation Each individual purchase made under this BPA shall not exceed $150,000.00, unless written approval is provided by the CO. 2.2 Authorized Ordering Individuals Only FBI Contracting Officer's or Limited Warrant Holders are authorized to place orders against this BPA. 2.3 Delivery All terms shall be delivered to the addresses as specified in each BPA Call. The Government is obligated only to the extent of authorized purchases actually made under the terms of the BPA. The Government reserves the right to cancel this BPA at any time by providing written notice to the Contractor of any such cancellation. 2.4 Invoices An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. All invoices shall be submitted via email to CENTRAL_INVOICES@IC.FBI.GOV. 2.5 Ordering Period This BPA will have an ordering period from the effective date through 60 months. At any time during the ordering period, an order for supplies may be issued. Any order issued during the ordering period of the contract shall specify the delivery date of related products. Any order issued during the ordering period and not completed with that period shall be completed by the Contactor within the time period specified for that individual order. SECTION III - SPECIAL REQUIREMENTS 3.0 Contract Administration This contract shall be issued and administered by Andrew Clark, Contracting Officer, Operational Support Contracts Unit (OSCU). Any questions related to the contract or any required contract documentation shall be directed to Mr. Clark at adclark3@fbi.gov. JAR 2852.201-70 Contracting Officer's Technical Representative (COTR): The Contracting Officer's Technical Representative (COTR) will be designated upon award and act as the Contracting Officer's Technical Point of Contact (TPOC) under this agreement. The TPOC is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual SOW; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The TPOC does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the contract. If as a result of technical discussions it is desirable to alter/change contractual obligations or the SOW, the CO shall review and issue any such changes. The performance of work required herein shall be subject to the technical direction of the cognizant POC or his designee with respect to the Contractor which fills in details, suggests possible lines of inquiry, or otherwise supplements the scope of work. "Technical direction" must be confined to the general scope of work set forth herein and shall not constitute a new assignment, nor supersede or modify any other clause of this contract. To be valid, technical direction (1) must be issued in writing consistent with the general scope of work set forth in the contract; (2) shall not change the expressed terms, conditions, or specifications incorporated into this contract, and (3) shall not constitute a basis for extension to the contract delivery schedule or contract price. The TPOC is authorized to (1) act as a liaison and to coordinate contractor/government activities; (2) arrange for and coordinate the use of government resources (personnel, space, documents, etc.); (3) provide technical guidance in the performance of the contract; and (4) receive, review, and approve progress reports, selected invoices and final reports or other functions of a technical nature. The authority to officially reject performance is expressly reserved for the CO. 3.1 Release of Information by Contractor Personnel The FBI specifically requires that Contractors shall not divulge, publish, or disclose information or produce material acquired as or derived from the performance of their duties. For purposes of this Clause, "Information" shall include but not be limited to: any media or all media including on the web or web sites; publications, studies, books, theses, photographs, films or public announcements, press releases describing any part of the subject matter of this contract or any phase of any program hereunder, except to the extent such is: (i) already known to the Contractor prior to the commencement of the contract; and (ii) required by law, regulation, subpoena or government or judicial order to be disclosed, including the Freedom of Information Act. No release of information shall be made without the prior written consent of the Office of Public Affairs and the CO. The contractor and author are warned that disclosure is not without potential consequences. The FBI will make every effort to review proposed publications in a timely manner to accommodate these and other publications. Where appropriate, in accordance with established academic publishing practices, the FBI reserves the right to author/co-author any publication derived from this contract. Contractor shall not: 1) Use or allow to be used any aspect of this contract, including both the contractor's relationship with the FBI and the work performed under the contract, for publicity. "Publicity" means, but is not limited to, advertising (e.g. trade magazines, newspapers, Internet, radio, television, etc.), communications with the media, marketing, or a reference for new business. It is further understood that this obligation does not expire upon completion or termination of this contract, but continues indefinitely excepted as allowed by law. 2) Have any communication with the media, whether initiated by the contractor or in response to media inquiries, related to the activities of the FBI, activities of other members of the intelligence community, or intelligence matters in general. Such media inquires include but are not limited to requests for live interviews, telephone interviews, internet inquires, newspaper, television, radio or book interviews, etc. 3) Discuss such matters as a speaker or panel member at academic, professional, or any other public forum. 4) Discuss techniques and methods used outside of the contract. 5) Using techniques and methods used outside of the contract. These obligations do not cease upon completion of the contract. [End of clause] 3.2 Organizational Conflicts of Interest (OCI) (a) The Contractor warrants that, to the best of his knowledge and belief, and except as otherwise set forth in this contract, he does not have any OCI as defined in paragraph (b) below. (b) The term OCI means a situation where a Contractor has interest, either due to its other activities or its relationship with other organizations, which place it in a position that may be unsatisfactory or unfavorable (1) from the Government's standpoint in being able to secure impartial, technically sound, objective assistance and advise from the Contractor, or in securing the advantages of adequate competition in its procurement; or (2) from industry's standpoint in that unfair competitive advantages may accrue to the Contractor in question. (c) The Contractor agrees that, if after award he discovers an organizational conflict of interest with respect to this contract, he shall make an immediate and full disclosure in writing to the CO which shall include a description of the action which the Contractor has taken or proposes to take to avoid, eliminate or neutralize the conflict. The Government may, however, terminate the contract for the convenience of the Government at no cost. (d) In the event that the Contractor was aware of an organization conflict of interest prior to the award of this contract and intentionally did not disclose the conflict to the CO, the Government may terminate the contract at no cost to the Government. [End of clause] 3.2 Notice to the Government of Delays In the event the Contractor encounters difficulty in meeting performance requirements, or when the Contractor anticipates difficulty in complying with the contract delivery schedule or completion date, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately notify the CO and the TPOC or Point of Contact (POC), in writing, giving pertinent details; provided, however, that this data shall be informational only in character and that this provision shall not be construed as a waiver by the Government of any delivery schedule or date, or any rights or remedies provided by law or under this contract. [End of clause] 3.3 Small Business Accelerated Payment The Contractor must indicate his business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with Office of Management and Budget (OMB) Memo M-11-32, "Accelerating Payments to Small Businesses for Goods and Services," Dated 10/14/2011. The Prompt Payment Act still applies to this action; however, the agency will make its best effort to pay proper invoices within 15 days. [End of Clause] 3.4 FBI Special Guidance The FBI will be uses a financial system that has a direct interface with the System for Award Management (SAM); www.SAM.gov. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. Please ensure that your company's information in this database is updated and accurate. This includes Taxpayer Identification Number (TIN), Electronic Funds Transfer (EFT), Dun and Bradstreet (DUNS), Addresses, and contact information. The EFT Banking information on file in SAM will be what the FBI uses to process payment to your organization. [End of Clause] SECTION IV - STANDARD CONTRACT CLAUSES CONTRACT CLAUSES 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): www.acquisition.gov (End of clause) NUMBER TITLE Date 52.202-1 Definitions Nov 2013 52.203-3 Gratuities Apr 1984 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct 2010 52.203-5 Covenant Against Contingent Fees May 2014 52.203-7 Anti-Kickback Procedures May 2014 52.204-7 System for Award Management Jul 2013 52.204-13 System for Award Management Maintenance Oct 2016 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 52.216-2 Economic Price Adjustment - Standard Supplies Jan 1997 52.224-1 Privacy Act Notification Apr 1984 52.224-2 Privacy Act Apr 1984 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications Oct 2015 52.227-17 Rights in Data - Special Works Dec 2007 52.232-17 Interest May 2014 52.232-18 Availability of Funds Apr 1984 52.232-23 Assignment of Claims May 2014 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 52.233-1 Disputes May 2014 52.233-2 Service of Protests Sep 2006 52.233-3 Protest of Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 52.239-1 Privacy of Security Safeguards Aug 1996 52.242-13 Bankruptcy Jul 1995 52.244-6 Subcontracts for Commercial Items Jun 2017 52.245-1 Government Property Jan 2017 52.246-25 Limitation of Liability - Services Feb 1997 52.249-8 Default Apr 1984 52.249-14 Excusable Delays Apr 1984 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 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 and 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 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ____ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 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). ____ (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). __X__ (10) 52.212-1, Instructions to Offerors - Commercial Items (Jul 2017). __X__ (11) 52.212-2, Evaluation-Commercial Items (Oct 2014). __X__ (12) 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017). __X__ (13) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017). (Registration in SAM database) __X__ (14) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial (Jun 2017). ____ (15)(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. ____ (16)(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. ____ (17) [Reserved] _X___ (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). ____ (ii) Alternate I (Nov 2011). ____ (iii) Alternate II (Nov 2011). ____ (19)(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__ (20) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ____ (21)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (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 2015) of 52.219-9. ____ (22) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ____ (23) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ____ (24)52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (25) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov (11) (15 U.S.C. 657 f). ____ (26) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). ____ (27) 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)). ____ (28) 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__ (29) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (30) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X__ (31) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (32) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ____ (33) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X__ (34) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ____ (35) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X__ (36) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (37)(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). ____ (38) 52.222-54, Employment Eligibility Verification (OCT 2015). (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.) ____ (39)(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.) ____ (40) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jan 2016) (E.O. 13693). ____ (41) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jan 2016) (E.O. 13693). ____ (42)(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. ____ (43)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (44) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). ____ (45)(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__ (46) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). ____ (47) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). ____ (48) 52.223-21, Foams (JUN 2016) (E.O. 13693). ____ (49) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _X___ (50)(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. ____ (51) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (52) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (53) 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). ____ (54) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ____ (55) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (57) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __X_ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). ____ (60) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ____ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (62)(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). ____ (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 (Sept 2008) (31 U.S.C. 5112(p)(1)). _X___ (10) 52.247-34, F.O.B. Destination (Nov 1991) (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. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 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) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and 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) 52.225-26, 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). (xvii) 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. (xviii) 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) 52.217-8 - 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 any time during the contract period. (End of clause) 52.217-9 - OPTION TO EXTEND THE TERM OF CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to end of period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 five (5) years. (End of Clause) 52.232-18 - AVAILABILITY OF FUNDS (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.232-19 - AVAILIBILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30th of each year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30th, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) CONTINUING RESOLUTION (CR) A CR is a type of appropriations legislation used by the United States Congress to fund government agencies if a formal appropriations bill has not been signed into law by the end of the Congressional fiscal year. If this occurs incremental funding may occur until such time the CR is lifted. ORDER OF PRECEDENCE The Contractor shall follow the terms and conditions of this contract. Should the Contractor include any additional terms and conditions resulting in conflicts between this document and the Contractor's document, the Order of Precedence shall be as specified in FAR Clauses 52.212-4, dated January 2017. Any indemnification and governing law language in the Contractor's terms and conditions shall be invalid and shall be stricken and removed from the order. Any additional terms and conditions shall not be prohibited by applicable laws and regulations. Any additional terms and conditions identified with a web link and/or incorporated by reference shall be stricken and removed from his contract. The Contractor shall provide all terms and conditions with their quotations as attachments, appendixes, etc. In the event of any inconsistencies between any licensing agreement incorporated into this order as an attachment and the FAR and JAR Clauses incorporated into this order, the FAR or JAR Clauses shall take precedence. SECTION V - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS LIST OF ATTACHMENTS Attachment I - Pricing Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/OSCU-HRD-0105/listing.html)
 
Record
SN04547746-W 20170618/170616234707-5721b3daf158e89e0578d4f411bf602a (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.