Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
MODIFICATION

70 -- Request for Quote Internet Protocol Enhanced Communications (IPEC) Operational Spares Procurment - Amendment 1

Notice Date
10/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730-18-R-0014
 
Archive Date
11/19/2018
 
Point of Contact
Kristen Picariello, Phone: 781-225-4641, Captain Alexis Edwards, Phone: 781-225-3313
 
E-Mail Address
kristen.picariello@us.af.mil, alexis.edwards.2@us.af.mil
(kristen.picariello@us.af.mil, alexis.edwards.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ Amendment 1 Letter Amendment 1 SOW 10 Oct 18 Amendment 1 SOW Redlined 10 Oct 18 IPEC Op Spares Request for Quote Amendment 1 Please see attached Amendment 1-Request for Quote in Word format. Amendment 1- Request for Quote (RFQ) FA8730-18-R-0014 - Internet Protocol Enhanced Communications (IPEC) Operational Spares Procurement 1. The purpose of RFQ Amendment 1 is to amend the subject RFQ as follows: a) The Statement of Work (SOW) has been updated and the version dated 10 October 2018 is attached hereto. b) The following changes have been made to the SOW: 1) The STE Phone, (L-3) Part Number K10046389 522 has been removed. 2) HSD-440 HDRSB Activation (Honeywell) Part Number changed from SB-90405946 to CPK-90406107. 3) HSD-440 HDR SB Upgrade (Honeywell) Part Number changed from SB-90405945 to CPK-90406106. 4) HSD-XI HDR Activation Keys (Honeywell) Part Number changed from SB-90405948 to CPK-90406109. 5) HSD-XI HDR Software Upgrade (Honeywell) Part Number changed from SB-90405947 to CPK-90406108. 6) AMT-3800 Antenna Kit (Honeywell) Part Number changed from 1242-K-0001-541 to 1242-A-0010-41. 7) Hard Drive Sled (MaxVision) Part Number MZ-7KE256BW has been discontinued. The new Manufacturer is Samsung. The new Part Number is MZ-76P256BW. c) The deadline for receipt of quotes is changed from Monday, 15 October 2018 at noon eastern standard time to Friday, 19 October 2018 at noon eastern standard time. 2. All inquiries regarding this RFQ must be submitted to the Contracting Officer Captain Alexis Edwards at 781-225-3313, alexis.edwards.2@us.af.mil or to the Contract Specialist Ms. Kristen Picariello at 781-225-4641, kristen.picariello@us.af.mil Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and Subpart 13.5, Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Under this solicitation, a Request for Quotation (RFQ) is hereby issued and is identified under solicitation number FA8730-18-R-0014. This solicitation uses simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a Firm-Fixed Price (FFP) quote in response to this RFQ. The Government intends to award a purchase order resulting from this solicitation to the company who submits the offer that is the lowest price for the Government. The associated NAICS code is 336413- Other Aircraft Parts and Auxiliary Equipment Manufacturing. The Small Business Size Standard is 1,250. The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is DO-A7; electronic and communications equipment. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 (effective 24 Jan 2018), Defense Federal Acquisition Regulation Supplemental Change Notice (DPN) 20171228 (28 Dec 2017), and Air Force Acquisition Circular - AFAC 2017-1003 (effective 03 Oct 2017). Per FAR Part 19.704, Subcontracting Plan Requirements, the Offeror will include the clause at 52.219-8, Utilization of Small Business Concerns, in all subcontracts that offer further subcontracting opportunities. The Offeror will require all subcontractors (except small business concerns) that receive subcontracts in excess of $700,000 to adopt a plan that complies with the requirements of the clause at FAR 52.219-9, Small Business Subcontracting Plan. Requirement: The Contractor shall provide the Government the required IPEC Operational Spares in accordance with the Statement of Work (Attachment 1). All items shall be purchased as new parts. Refurbished or reused parts will not meet this requirement. Delivery: All line items shall be delivered as soon as possible, but no later than 9 months after contract award. The Contractor shall establish a delivery schedule utilizing the flexibility to group LRU shipments in a manner that maximizes cost control and schedule efficiency. Delivery will be Free On Board (FOB) Destination in accordance with FAR Subpart 47.303-6 and 52.247-34. Delivery will be made to the following location: The Boeing Company Attn: Mr. Doug Keller (Contracting Officer Representative) 7532 Joint Stars Drive, Building 9001, Door S59 Tinker Air Force Base, OK 73145 DoDAAC: ED8400 Instructions to Offerors: Interested parties who can meet all requirements for the items described in this RFQ are invited to submit a complete quote in accordance with the provision at 52.212-1, Instructions to Offerors - Commercial. Quotes shall include both a unit price and total price for each contract line item number (CLIN) utilizing either the template in Attachment 2 or a similar format. Offerors shall submit a completed copy of the Offeror's Representations and Certifications with the offer IAW FAR 52.212-3. Evaluation of Offers: The Government will evaluate the received quotes IAW FAR 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. The purchase order will be awarded to the company who submits the lowest price offer. The award will be made on an "all-or-none" basis, incomplete quotes will not be accepted. Quotes shall include both a unit price and total price for each CLIN. Quotes shall state the delivery date for each CLIN in terms of months after receipt of order, with the understanding that the required delivery date for all spares is within 9 months after contract award. 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), unless a written notice of withdrawal is received before award. Submission of Quotes: All quotes submitted in response to this solicitation must be submitted via email to the following Government Representatives: Contracting Officer, Captain Alexis Edwards, at alexis.edwards.2@us.af.mil, Phone 781-225-3313, and Contract Specialist Ms. Kristen Picariello at kristen.picariello@us.af.mil, Phone 781-225-4641. All quotes must be received no later than 19 October 2018, at 12 p.m. (Eastern Standard Time). Late Offers: Offerors are reminded that an e-mail transmission of the quote will not be recognized as a timely submission unless it is received by the Government prior to the closing date and time. Quotes or modification of quotes received at the address specified for the receipt of offers after the time specified, WILL NOT be considered (IAW FAR 52.212-1(f)). Additional Contractor Information: All Contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. All Offerors shall include the applicable Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Socioeconomic Program for Small Business as applicable, and date the offer expires in response to this RFQ. Clauses and Provisions: This solicitation incorporates provisions and 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 IAW FAR 52.252-1 and FAR 52.252-2. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with the quotation or offer. In lieu of submitting the full text of those provisions/clauses, the Offeror may identify the provision by paragraph and provide the appropriate information with the quotation. See the attached list of Provisions. Also, the full text of a solicitation provision or clause may be accessed electronically at this web address: http://farsite.hill.af.mil/ PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-13 - System for Award Management Maintenance 52.204-16 - Commercial and Government Entity Code Reporting 52.204-18 - Commercial and Government Entity Code Maintenance 52.207-6 - Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures 52.209-7 - Information Regarding Responsibility Matters 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 - Instructions to Offerors-Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.215-1 - Instructions to Offerors - Competitive Acquisition 52.222-22 - Previous Contracts and Compliance Reports 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.243-1 - Changes-Fixed Price 52.244-6 - Subcontracts for Commercial Items 52.247-34 - FOB Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-5 - Authorized Deviations in Provisions 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7005 - Representations Relating to Compensation of Former DoD Officials 252.204-0001 - Line Item Specific: Single Funding 252.204-7003 - Control of Government Personnel Work Product 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 - Item Unique Identification and Valuation 252.211-7008 - Use of Government-Assigned Serial Numbers 252.213-7000 - Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations 252.215.7010 - Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 252.219.7000 - Advancing Small Business Growth 252.219-7003 - Small Business Subcontracting Plan (DoD Contracts) 252.223-7008 - Only One Offer 252.225-7000 - Buy American-Balance of Payments Program Certificate 252.225-7001 - Buy American and Balance of Payments Program--Basic 252.225-7048 - Export-Controlled Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.244-7000 - Subcontracts for Commercial Items PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT IAW FAR 52.102(c) Agency approved provisions and clauses prescribed in agency acquisition regulations, and provisions and clauses not authorized by FAR Subpart 52.3 to be incorporated by reference, need not be incorporated in full text. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2018) a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _x__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). _x__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). __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). __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 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] ___ (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 (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _x__ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637 (d)(4)). __ _ (ii) Alternate I (Nov 2016) of 52.219-9. _ __ (iii) Alternate II (Nov 2016) of 52.219-9. __ _ (iv) Alternate III (Nov 2016) of 52.219-9. __ _ (v) Alternate IV (Aug 2018) of 52.219-9. _ __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __x_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _x__ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). _ __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). __x_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). __ _ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ _ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _x__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __x_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _x__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x__ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (ii) Alternate I (Feb 1999) of 52.222-26. __x_ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ___ (ii) Alternate I (July 2014) of 52.222-35. _x__ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (ii) Alternate I (July 2014) of 52.222-36. _x__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _x__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x__ (33) (i) 52.222-50, Combating Trafficking in Persons (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) (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.) __x_ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). _x__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. __x_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). __x_ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). _x__ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. _x__ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _x__ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). _ __ (ii) Alternate I (May 2014) of 52.225-3. __ _ (iii) Alternate II (May 2014) of 52.225-3. __ _ (iv) Alternate III (May 2014) of 52.225-3. ___ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _x__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __x_ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). _x__ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _x__ (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __x_ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ___ (iii) Alternate II (Feb 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _ __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (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) (Aug 2018) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (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. (v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (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). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 5352.201-9101, Ombudsman OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the Ombudsman, Lt. Col Brian E. Miller, 1790 10th Street, Wright Patterson AFB, OH 45433. Email: brian.miller-15@us.af.mil. Telephone: 937-255-5512. Alternate - Ms. Selwa Kirbabas, 1790 10th Street, Wright Patterson AFB, OH 45433. Email: selwa.kirkbabas@us.af.mil. Telephone: 937-255-5472. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) PROVISIONS AND CLAUSES COMPLETED BY OFFEROR The following provisions and clauses require completion by the Offeror and must be submitted with the quotation or offer: 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items Attachments: 1. Amendment 1- Statement of Work - IPEC Operational Spares 10 October 2018 (redlined) 2. Amendment 1- Statement of Work - IPEC Operational Spares 10 October 2018 3. IPEC Op Spares RFQ Amendment 1 Letter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c96cc7a9e325daa7d387f7fe03fcd31)
 
Place of Performance
Address: Please note, the information below is the delivery address for this procurement:, Delivery will be made to the following location:, The Boeing Company, Attn: Mr. Doug Keller (Contracting Officer Representative), 7532 Joint Stars Drive, Building 9001, Door S59, Tinker Air Force Base, OK 73145, DoDAAC: ED8400, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN05119617-W 20181012/181010230858-3c96cc7a9e325daa7d387f7fe03fcd31 (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.