Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

20 -- Oregon II Reverse Osmosis Desalination System

Notice Date
7/6/2020 8:01:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NMAN7200-20-01435
 
Response Due
7/15/2020 7:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Christopher Baker
 
E-Mail Address
Christopher.Baker@noaa.gov
(Christopher.Baker@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation The National Oceanic and Atmospheric Administration, �NOAA Ship Oregon II currently has a Lifestream Reverse Osmosis Desalination System (RO system).� The current RO system is reaching the end of its service life.� The new RO system would be an exact replacement for the current system, and would not require any piping or electrical modifications to install. � This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number NMAN7200-20-01435 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.c. The North American Industry Classification Code (NAICS) for this acquisition is 333249, Other Industrial Machinery Manufacturing ; the small business size standard is 500 Employees. Line items are as follows: CLIN 0001 Reverse Osmosis Desalination Plant Procurement l.0� Provide two (2) Reverse Osmosis Desalination Plants to be installed by others on board the NOAA Ship Oregon II. Technical Requirements: Capacity: 1,500 Gallons per day with a total dissolved solids of less than 500 ppm. Quantity: One (1) each complete skid mounted unit. Power: 460V, 3 Phase, 60 Hz. To Include: Reverse Osmosis membranes Thin film composite, spiral-wound type membranes. The materials of construction are to be such that they are not subject to bacterial attack or hydrolysis at high or low pH. Membrane Pressure Vessels Safety factor of 1.5 times of working pressure of the system. Reverse Osmosis High Pressure Pump.�� A positive displacement pump with a body of 316 stainless steel with an overall efficiency in excess of 90%.� All internally wetted parts are to be 316 SS and ceramic to eliminate corrosion problems.� Pump is to be a plunger type pump with ""quiet valves"" to minimize noise generally associated with disc-type valves.� The pump is also to be supplied with a nitrogen charged repairable pulsation dampener and that is powered by a 5 HP Totally Enclosed Fan Cooled (TEFC) motor (fully compliant with IEEE 45, MIL-V-173, and MIL-CCM-1807) with a Barry vibration isolated quiet belt drive.� The pump/motor assembly is shock mounted to isolate it from the main frame, and is equipped with a precision tensioning system to insure pump/motor alignment. Booster Pump Epoxy coated TEFC motor (fully compliant with IEEE 45) Corrosion resistant 316 stainless steel pump Shock mounted to skid frame To operate automatically with the main control center of the system.� Auto-backwash System Shall automatically flush all seawater wetted parts of the membranes and valving with potable water each time the unit is shut off. Media Filter for pretreatment Manually back washable. High capacity Twenty (20) micron and five (5) micron prefilters are to be provided to remove particulate matter which could damage the high pressure pump and/or foul the reverse osmosis membranes.� These filters shall consist of 20 micron and 5 micron disposable cartridge filters in a polymer composite vessel to eliminate corrosion. Membrane Cleaning System A tank shall be furnished to facilitate cleaning and preservation of membranes. The system shall be fitted with selector valves, flow meter, and incorporated on the control panel. Piping All low pressure piping is to be Schedule 80 PVC, spiral wound transparent PVC hose, or specially qualified thermoplastic tubing suitable for food use. All high pressure piping is to be forged brass, aluminum bronze, 316 stainless steel, or high pressure high pressure reinforced thermoplastic pressure tubing hose rated at 3000 PSI. The arrangement of piping and valves are to be developed for ease of service and operation.� Cleaning connections are to be provided for flushing. All low pressure valves are to be PVC Ball, ball check, swing check or diaphragm valves.� The high pressure regulating valves are to be 316 SS needle/regulating Valves.� All PVC valves are true-union, except where open-ended, which are single-union.� An automatic solenoid diverter valve is to be provided on the product to storage/waste line, to ensure that only the highest quality water is routed to the vessel's storage tanks. Gauges Pressure gauges are to be stainless steel, glycerin filled,� panel mounted,� and at a minimum shall display the following parameters: ����������������������������������� a) Seawater Supply Pressure ����������������������������������� b) Booster Pump Supply Pressure ����������������������������������� c) High Pressure Pump discharge Pressure ����������������������������������� d) R/O Membrane Outlet Pressure Panel mounted flow meters are to be provided to measure reject brine and product. �Skid requirements The Reverse Osmosis unit including the controls, pump and motor drive assembly, control center and membrane pressure vessels are to be mounted on a welded stainless steel frame which is to be electro polished. The frame is to be completely fabricated with all holes punched before fabrication to eliminate corrosion for the life of the unit.� �Motor Control Center A centralized motor control console shall be provided which shall control operation of: a) Reverse Osmosis system and controls. ���������������������������������� �� b) Ancillary components The motor controls are to be housed in a NEMA 4 enclosure.� Local controls and conduit are to be rated NEMA 4. �Safety Devices. Process monitoring devices are provided to prevent damage of components. The HP pump is to be protected from low suction conditions by a stainless steel pressure switch on the suction side of the pump. The HP pump is to be protected from high discharge pressure by a stainless steel pressure switch on the high pressure side of the pump. The system is to be protected from overpressure by 316SS relief valves at the outlet of the high pressure pump. The final product salinity content is to be monitored by a conductivity controller which indicates product quality.� Upon deviation from the pre-set (high conductivity) point, any high salinity product water is automatically diverted to waste, via a 3-way activated valve, and red warning light illuminated which continues to operate until the product water returns to adequate quality.� The set point on the controller is to be adjustable from 500 ppm to 1000ppm total dissolved solids. All system sensors and shut-down relays previously described are operational in the automatic mode. All ancillary process related equipment shall be automatically switched ""on"" with plant start up. Technical Manual Requirements Provide four (4) each copies of all technical manuals, plus one electronic copy in .pdf format. Technical Manual(s) shall include at a minimum the following information: Installation procedure Operating procedure Maintenance procedures with recommended maintenance and overhaul intervals. Troubleshooting guide Electrical diagram for control system and power. Parts identification diagram with a corresponding parts list with part numbers. Commissioning/Spare Parts Provide an onsite technical representative to assist in initial startup and provide training on operation to ships crew. Provide an initial set of spare parts to include: Six (6) of each type of pre-filter. Oil for each unit. ����������������������� �End of Specification Delivery Information: SHIP OREGON II /MOA-OT 151 WATTS AVENUE PASCAGOULA MS 39567 Delivery Date:�Deliver By 30 Sep 2020 .� Fob Destination Please see attached Statement of Work for details. Additionally, each offeror must provide the following information with the quote: The Request for Quote (RFQ) number; 2. The Name, Address, Telephone Number, and DUNS Number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;� 4. Acknowledgment of Solicitation Amendments (SF-30), if any. 5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products. 6. Authorized distributor only for this procurement. 3rd party sales will not be accepted. Documents showing authorization to sale a product shall be provided with the quote. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 2200 (10:00 P.M.) Eastern on July 15, 2020; any award resulting from this RFQ will be made based on the Technical specifications, availability and price. Quotes and other support documentation must be submitted to the Contract Specialist, Christopher Baker at Christopher.Baker@noaa.gov. Technical Specification is more important than price as this product must meet the agencies needs in marking tools, parts and other material which may take on a unique shape. All questions must be submitted in writing to Christopher.Baker@noaa.gov by 5:00 P.M. Eastern on July 13, 2020. Telephonic requests will not be honored. Contractors are encouraged to register with the beta.sam.gov, Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within beta.sam.gov where this synopsis/solicitation is posted). All interested parties wishing to submit a quote (Quoters) must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. CONTRACT CLAUSES 1. 52.212-5�Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (June 2020) (Deviation 2020-05) (Apr 2020) (Deviation 2017-05)(Sept 2017) (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov�2015). (5) 52.233-3, Protest After Award (Aug�1996) (31�U.S.C.�3553). (6) 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 (Jun 2020), 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 (Jun 2020) (41 U.S.C. 3509)). ����������� ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2020) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ����������� ___ (4) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020) (41 U.S.C. 4712) relating to whistleblower protections) (Deviation 2017-05)(Sept 2017). __ (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020). (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (6) [Reserved]. __ (7) 52.204-14, Service Contract Reporting Requirements (Oct�2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct�2016) (Pub. L. 111-117, section 743 of Div. C). __ (9) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note). __ (10) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). __ (11) [Reserved]. __ (12)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Mar 2020) (15�U.S.C.�657a). __ (ii) Alternate I (Mar 2020) of 52.219-3. __ (13)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020 (if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). __ (ii) Alternate I (Mar 2020) of 52.219-4. __ (14) [Reserved] XX__ (15)(i) �52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15�U.S.C.�644). __ (ii) Alternate�I (Mar 2020). __ (iii) Alternate�II (Nov�2011). __ (16)(i) �52.219-7, Notice of Partial Small Business Set-Aside (Mar�2020) (15�U.S.C.�644). __ (ii) Alternate�I (Oct�1995) of 52.219-7. __ (iii) Alternate�II (Mar�2004) of 52.219-7. __ (17) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). __ (18)(i) �52.219-9, Small Business Subcontracting Plan (Jun 2020) (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 (Jun 2020) of 52.219-9. __ (v) Alternate�IV (Jun 2020) of 52.219-9. XX (19) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). __ (20) 52.219-14, Limitations on Subcontracting (Mar 2020) (15�U.S.C.�637(a)(14)). __ (21) 52.219-16, Liquidated Damages�Subcontracting Plan (Jan�1999) (15�U.S.C. 637(d)(4)(F)(i)). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) (15�U.S.C. 657 f). _XX(23) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) (15�U.S.C. 632(a)(2)). ��� (ii) Alternate I (MAR 2020) of 52.219-28. __ (24) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Mar 2020) (15 U.S.C. 637(m)). __ (25) 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 (Mar 2020) (15 U.S.C. 637(m)). __ (26) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). __ (27) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)). XX (28) 52.222-3, Convict Labor (June�2003) (E.O.�11755). XX (29) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (E.O.�13126). XX(30) 52.222-21, Prohibition of Segregated Facilities (Apr�2015). XX (31) 52.222-26, Equal Opportunity (Sept�2016) (E.O.�11246). __ (32) 52.222-35, Equal Opportunity for Veterans (Jun 2020)(38�U.S.C.�4212). __ (33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). __ (34) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). __ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec�2010) (E.O. 13496). __ XX (36)(i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (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). __ (37) 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.) __ (38)(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.) __ (39) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun�2016) (E.O. 13693). __ (40) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun�2016) (E.O. 13693). __ (41)(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. __ (42)(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. __ (43) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42 U.S.C. 8259b). __ (44)(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. XX (45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). __ (46) 52.223-20, Aerosols (Jun�2016) (E.O. 13693). __ (47) 52.223-21, Foams (Jun�2016) (E.O. 13693). __ (48)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. XX (49) 52.225-1, Buy American�Supplies (May�2014) (41�U.S.C.�chapter 83). __ (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. __ 0(iv) Alternate�III (May�2014) of 52.225-3. __ (51) 52.225-5, Trade Agreements (Oct 2019) (19�U.S.C.�2501, et�seq., 19�U.S.C.�3301 note). XX (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) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020). __ (56) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov�2007) (42�U.S.C. 5150). __ (57) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb�2002) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). __ (58) 52.232-30, Installment Payments for Commercial Items (Jan�2017) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). XX (59) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31�U.S.C.�3332). __ (60) 52.232-34, Payment by Electronic Funds Transfer�Other than System for Award Management (Jul�2013) (31�U.S.C.�3332). __ (61) 52.232-36, Payment by Third Party (May�2014) (31�U.S.C.�3332). __ (62) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (31 U.S.C. 3903 and 10 U.S.C. 2307). (Deviation 2020-05) (April 2020) __ (63) 52.239-1, Privacy or Security Safeguards (Aug�1996) (5�U.S.C.�552a). __ (64) 52.242-5, Payments to Small Business Subcontractors (Jan�2017)(15 U.S.C. 637(d)(13)). __ (65)(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: [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 (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). __ (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 (Jun 2020) (42 U.S.C. 1792). (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 (Jun 2020) (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)�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v)�52.219-8, Utilization of Small Business Concerns (Oct 2018) (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. (vi)�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. (vii)�52.222-21, Prohibition of Segregated Facilities (Apr 2015) (viii)�52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (ix)�52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). (x)�52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). (xi)�52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212) (xii)�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. (xiii)�52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiv) 52.222-50, Combating Trafficking in Persons (Jan 2019) (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). (xv)�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). (xvi)�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). (xvii)�52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xviii)�52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xix)�52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan�2017) (E.O. 13706). (xx)(A)�52.224-3, Privacy Training (Jan�2017) (5 U.S.C. 552a). (B) Alternate I (Jan�2017) of�52.224-3. (xxi)�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). (xxii)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause�52.226-6. (xxiii)�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) 2, �FAR� 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):� WWW.ACQUISITION.GOV FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) (Reference) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017) (Reference)� FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013) (Reference) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (Reference) FAR 52.247-34 F.o.b Destination (NOV 1991) CAR 1352.201-70 CONTRACTING OFFICER�s AUTHORITY (APR 2010) (Reference) CAR 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) (Reference) CAR 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) (Reference) �(End of Clause) 52.252-6 Authorized Deviations in Clauses. AUTHORIZED DEVIATIONS IN CLAUSES (APR (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVI�ATION)� after the date of the clause. (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _____) clause with an As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supple-mental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized devi-ation, the contracting officer shall identify it by the same num-ber, title, and date assigned to the clause when it is used without deviation, include regulation name for any supple-mental clause, except that the contracting officer shall insert �(DEVIATION)� after the date of the clause. 1984) (End of clause) CAR 1352.246-70 Place of acceptance. As prescribed in�1346.503, insert the following clause: Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: SHIP OREGON II /MOA-OT 151 WATTS AVENUE PASCAGOULA MS 39567(End of clause) NAM 1330-52.242- 70 INVOICES (FEB 2011) (a) The Contractor shall prepare and submit an invoice to the COR for approval with a copy to the contracting officer for information. All invoices shall be submitted (via electronic copy) by the 10th day of the subsequent month. (b) Payment will be based on receipt of a proper invoice and satisfactory contract performance and guidelines in FAR 32.9, Prompt Payment. To constitute a proper invoice, the contractor�s invoice shall be prepared in accordance with, and contain all elements specified in FAR 52.212-4(g), �Invoices�. (c) Original invoices shall be mailed (via electronic copy) to the designated billing office as follows: Email: Brian.l.Kelly@noaa.gov A copy of all invoices shall be emailed to the contract administration office as follows: NOAA/OMAO Acquisition, Analysis, Accountability Branch Attn: Christopher Baker, 439 W York Street Norfolk, VA 23510-1811 Email: christopher.baker@noaa.gov The designated payment office for this contract is: NOAA-Eastern Finance Branch NOAA Finance Office, AOD 20020 Century Blvd. Germantown, MD 20874-1178 (d) The Contractor will submit invoices to the Contract Officer�s Representative or Government Point of Contact stating the hours worked, the task and/or equipment purchases made. A final invoice should be submitted with the final report, and will be paid when the final report and all tasks are reviewed and deemed to be complete by the Agency. (e) The Government will return invoices that do not comply with these requirements. If the invoice does not comply with FAR 52.212-4(g), �Invoices�, the COR will return it to contractor within seven days after the date the designated office received the invoice along with a statement as to the reasons why it is not a proper invoice. (End of Clause) NAM 1330-52.270-304 NOAA ACQUISITION AND GRANTS OFFICE OMBUDSMAN (OCT 2016) The NOAA Acquisition and Grants Office (AGO) Ombudsman is available to organizations to promote responsible and meaningful exchanges of information. Generally, the purpose of these exchanges will be to: Allow contractors to better prepare for and propose on ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1282f34ca5341b4a70abfa9cfd31e69/view)
 
Place of Performance
Address: Pascagoula, MS 39567, USA
Zip Code: 39567
Country: USA
 
Record
SN05712164-F 20200708/200706230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.