The RFP Database
New business relationships start here

Document Control and Electronic Laboratory Noteboo


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION

SEE ATTACHMENT NO. 1 (SOW) AND ATTACHMENT NO. 2 (COMBINED SYNOPSIS - SOLICITATION)
DOCUMENT CONTROL AND ELECTRONIC LABORATORY NOTEBOOK SOFTWARE

(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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.

(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G17PS00975. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

(IV) This solicitation is set-aside for small business vendors. The associated NAICS code is 423430. The small business size standard is 250 employees.

(V) This combined solicitation/synopsis is for purchase of the following commercial item(s):

The contractor shall provide pricing for base and all options listed below:

Line Item        Description        Quantity        Unit Price    Total Amount

Line Item 00010    Document Control Software     12 Months    $___________    $_________
Base Year (October 1, 2017 through September 30, 2018)        

Line Item 00020    ELN Software            12 Months    $___________    $_________
Base Year (October 1, 2017 through September 30, 2018)

Line Item 00030
Base Year On-Site Installation                    $___________    $__________

Line Item 00040
Base Year On-Site Training                    $____________    $___________

Line Item 00200    Document Control Software     12 Months    $___________    $_________
Option Year I (October 1, 2018 through September 30, 2019)        

Line Item 00210    ELN Software        12 Months        $___________    $_________
Option Year I (October 1, 2018 through September 30, 2019)

Line Item 00300    Document Control Software     12 Months    $___________    $_________
Option Year II (October 1, 2019 through September 30, 2020)        

Line Item 00310    ELN Software        12 Months        $___________    $_________
Option Year II (October 1, 2019 through September 30, 2020)

Line Item 00400    Document Control Software     12 Months    $___________    $_________
Option Year III (October 1, 2020 through September 30, 2021)        

Line Item 00410    ELN Software        12 Months        $___________    $_________
Option Year III (October 1, 2020 through September 30, 2021)


Line Item 00500    Document Control Software     12 Months    $___________    $_________
Option Year IV (October 1, 2021 through September 30, 2022)        

Line Item 00510    ELN Software        12 Months        $___________    $_________
Option Year IV (October 1, 2021 through September 30, 2022)

"THE TERMS AND CONDITIONS OF THIS RFQ SHALL PREVAIL OVER ANY OTHER AGREEMENT (IF ANY)."

Offerors shall include a firm-fixed price for all items.

Offerors shall provide a D&B DUNS Number with their quote.

(VI) Refer to Attachment 1 B? Statement of Work

(VII) Delivery shall be FOB Destination.

(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JAN 2017), applies to this acquisition.

ADDENDUM TO CLAUSE 52.212-1(C) - Period for acceptance of offers - The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 90 days.

(IX) FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition.

(a) The Government will conduct a technical evaluation on the submitted quotations using the non-price technical evaluation factors listed below. Proposals submitted in response to this solicitation will be evaluated upon the following factors which are of equal importance.

Evaluation Factor 1. The Document Control and Electronic Laboratory Notebook (ELN) software modules must satisfy the following requirements:
B?    Document Control and ELN software must be separate modules from a single manufacturer.
B?    The software and its data must reside on a US Geological Survey server.
B?    Software must be installed on-site by the manufacturer representative.
B?    Software training must be provided on-site by the manufacturer representative.

Evaluation Factor 2. The Document Control and ELN software modules must meet or exceed the salient characteristics described in the Statement of Work; see section I. Salient Characteristics of the Document Control Software and section II. Salient Characteristics of the ELN software.

Evaluation Factor 3. Proposals must provide costs with regard to:
B?    Software licenses based on 50 users for Document Control and 5-10 users for ELN.
B?    On-site installation of the Document Control and ELN software.
B?    On-site training on the use of the Document Control and ELN software by a manufacturer representative including travel; not to exceed 5 business days for each software module.
B?    Optional annual Document Control and ELN software updates
B?    ManufacturerB?s Technical support: Unlimited incidents with access to the manufacturerB?s experts for problem resolution, anomaly reporting, documentation clarification, and technical guidance for the software during normal business hours, Monday thru Friday.

Evaluation Factor 4. Flexibility of the Document Control and ELN software modules integration with Laboratory Information Management Systems (LIMS).
Basis for Award

The award of this requirement shall be made using only the procedures found in FAR part 12 in conjunction with FAR part 13.5.

Award shall be made to the vendor whose proposal, conforming to this solicitation, is determined to be the most advantageous to the government, cost or price and the other non-cost or non-price factors listed above. In determining which proposal offers the greatest value or advantage to the government, non-price factors will be considered more important than price or costs. The degree of importance of price or cost as an evaluation factor will increase with the degree of equality in the technical merits of the proposal. Between acceptable proposals with a significant difference in technical merit, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional price or costs.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerB?s specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Single Award

Offers will be evaluated on the basis of total aggregate price for all items. Offerors are required to submit firm-fixed prices on each separately priced item or indicate that the item is "not separately priced" (NSP).

An offeror's failure to submit a price (or enter NSP) on all items will require rejection of the quote as nonresponsive.

Quotation Preparation

VendorB?s quotation package shall consist of, but is not limited to: Form SF-18 Request for Quotation completed as necessary, acknowledgement of any amendments (if applicable), and any information requested in the evaluation factors section above (if applicable). Vendor shall provide their Dun & Bradstreet (DUNS) number. Failure to provide this may result in the rejection of the vendorB?s quotation.

The vendor is cautioned to study the Evaluation Factors stated above along with their relative importance. Your quotation package shall address each of these factors since these are the standards against which your quotation will be evaluated. It is the vendorB?s responsibility to include the appropriate documentation in its quotation package to allow a complete technical/price evaluation. Failure to submit the appropriate documentation may result in the rejection of the vendorB?s quotation.

(X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (q) of this provision.



Note to Offerors: Offerors must have an approved or pending registration at https://www.sam.gov/index.html to be eligible for award. The Government reserves the right to award to the next low offer if the lowest offer does not have an active or pending registration by the date and time specified in Block 13 of the solicitation.

(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition.

(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following clauses under subparagraph (b) apply:

The following clauses under subparagraph (c) apply:

[X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006),
with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
[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).
[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] (14) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
[X] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637
(d)(2) and (3)).
[X] (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013)
(15 U.S.C. 632(a)(2)).
[X] (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).
[X] (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT
2016) (E.O. 13126).
[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (28) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
[X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29
U.S.C. 793).
[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).
[X] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42
U.S.C. 8259b).
[X] (43)(i) 52.223-16, Acquisition of EPEATB.-Registered Personal Computer Products
(OCT 2015) (E.O.s 13423 and 13514).
[X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
Driving (AUG 2011).
[X] (50) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 250, et seq., 19 U.S.C. 330 note)
[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
[X] (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award
Management (JUL 2013) (31 U.S.C. 3332).





(XIII) The following clauses are also applicable to this acquisition:

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(s):
    http://www.acquisition.gov/far/    http://www.doi.gov/pam/aindex.html
The clauses are incorporated by reference, and their terms and conditions apply:

52.202-1 Definitions. (NOV 2013)
52.203-3 Gratuities. (APR 1984)
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011)
52.204-13 System for Award Management Maintenance. (OCT 2016)
52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016)
52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015)
52.225-8 Duty-Free Entry. (OCT 2010)
52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013)
52.247-34 F.o.b. Destination. (NOV 1991)
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 30 days before expiration of period of performance.
(End of Clause)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years.
(End of Clause)

GS0911 Period of Performance B? Options (JUL 2001)

The term of the basic and contract option periods are as follows:

                Start Date        Completion Date

Basic Contract Period        October 1, 2017        September 30, 2018

Option Period One         October 1, 2018        September 30, 2019

Option Period Two         October 1, 2019         September 30, 2020

Option Period Three        October 1, 2020        September 30, 2021

Option Period Four         October 1, 2021        September 30, 2022
(End of Clause)
GS0339 B? Green Acquisition (Mar 2016)

The USGS is committed to promoting the natural environment and protecting the health and well-being of people. In the performance of work under this contract, the Contractor shall exert its best efforts to provide services in a manner that will promote the natural environment and protect health and well-being. Green purchasing or environmentally preferable contracting includes the initiatives described below:
Alternative Fuels and Vehicles are described at http://www.afdc.energy.gov/afdc/
Biobased Products are described at http://www.biopreferred.gov/
Energy efficient products are described at http://energystar.gov/products for Energy Star products and at http://www.eere.energy.gov/femp/procurement for FEMP designated products.
Environmentally Preferable Computers are described at http://www.epeat.net
Significant New Alternatives Program (SNAP) are described at http://www.epa.gov/snap/overview-snap
The Comprehensive Procurement Guidelines promote the use of recovered and recycled products at http://www3.epa.gov/epawaste/conserve/tools/cpg/index.htm
Water efficient products and services are described at http://www3.epa.gov/watersense/about_us/what_is_ws.html
(End of Clause)
GS0199 Prevention of Malicious Code (APR 2014)
Software must be free from malicious code
(End of Clause)
GS1376 Software License Agreement (JUL 2001)

The only individual authorized to sign software license agreements on behalf of the Government is the Contracting Officer. Any applicable software licensing agreements shall be sent to the cognizant Contracting Officer. Agreements executed by any other party within the USGS shall be void. Any commercial software licenses signed by the Government are subordinate to the terms of this order/contract.
(End of Clause)
GS0238 Software Updates. (OCT 1997)

Any software updates provided to the U.S. Geological Survey past the warranty period will be at the vendor's sole discretion and will NOT BE SUBJECT TO PAYMENT, unless a purchase order is in place to extend the warranty/maintenance period.
(End of Clause)

GS0330 Section 508 Application Standards. (MAR 2014)

The resources acquired in this investment must meet all applicable standards established by the Access Board in 36 CFR Part 1194, including technical, functional performance, information, documentation, and support standards. The products, services, information and data that are provided to the Government or the public as a result of this acquisition shall afford individuals with disabilities access comparable to that afforded to individuals without disabilities.

Standards applicable to this acquisition include:

_X_ Software Applications and Operating Systems 1194.21
_X_ Web-based Intranet and Internet Information and Applications 1194.22
___ Telecommunications Products 1194.23
___ Video or Multimedia Products 1194.24
___ Self-Contained, Closed Products 1194.25
___ Desktop and Portable Computers 1194.26
_X_ Functional performance criteria 1194.31
_X_ Information, Documentation, and Support 1194.41

The full text of the above referenced standards can be found at: http://www.section508.gov/final_text.html.
(End of Clause)
GS1131 Unilateral Deobligation of Unexpended Funds

The contractor shall submit all invoices under the award no later than 90 calendar days after the period of performance has expired, unless a request for extension has been submitted to the Contracting Officer. After 120 days has passed since the expiration of the performance period, the government reserves the right to issue a unilateral modification deobligating any unexpended funds, and to initiate closeout procedures.
(End of Clause)
GS1305 Contractor Performance Assessment Reporting System (CPARS)

(a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15.

(b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action.

(c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public.

(d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site.

(e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR.

(f) The following guidelines apply concerning your use of the past performance evaluation:

(1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions.

(2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control.

(3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes.

(g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period.

(h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized.

(End of clause)

Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the
IPP invoice:

    A copy of the ContractorB?s internally generated invoice





The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
(End of Clause)

INTERNET PROTOCOL version 6 (June 2012)

(a)    Any system hardware, software, firmware and/or networked component (voice, video or data) developed, procured, or acquired in support and/or performance of this contract shall be capable of transmitting, receiving, processing, forwarding and storing digital information across system boundaries utilizing system packets that are formatted in accordance with commercial standards of Internet Protocol (IP) version 6 (IPv6) as set forth in the USGv6 Profile (NIST Special Publication 500-267) and corresponding declarations of conformance defined in the USGv6 Test Program. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same level of performance and reliability capabilities of IPv4 products.
(b)    Specifically, any new IP product or system developed, acquired, or produced must:
1)    Interoperate with both IPv6 and IPv4 systems and products, and
2)    Have available contractor/vendor IPv6 technical support for development and implementation and fielded product management.
(c)    As IPv6 evolves, the Contractor commits to upgrading or providing an appropriate migration path for each item developed, delivered or utilized at no additional cost of the Government. The Contractor shall retrofit all non-IPv6 capable equipment, as defined above that is fielded under this contract with IPv6 capable equipment, at no additional cost to the Government.
(d)    The contractor shall provide technical support for both IPv4 and IPv6.
(e)    Any system or software must be able to operate on networks supporting IPv4, IPv6, or one that supports both.
(f)    Any product whose non-compliance is discovered and made known to the Contractor within one year after acceptance shall be upgraded, modified, or replaced to bring it into compliance at no additional cost to the Government.
(End of Clause)
Provisions

52.252-1 - Solicitation Provisions Incorporated by Reference. (FEB 1998).

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017)
52.204-7 System for Award Management. (OCT 2016)
52.204-16 Commercial and Government Entity Code Reporting. (JUL 2016)
52.204-17 Ownership or Control of Offeror. (JUL 2016)
52.204-22 B? Alternative Line Item Proposal. (Jan 2017)
52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015)
52.209-7 B? Information Regarding Responsibility Matters. (Jul 2013)
52.214-34 Submission of Offers in the English Language. (APR 1991)
52.214-35 Submission of Offers in U.S. Currency. (APR 1991)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015)
52.222-22 Previous Contracts and Compliance Reports. (FEB 1999)

The offeror represents that-
(a) It [] has, [] has not participated in a previous contract or subcontract subject the Equal Opportunity clause of this solicitation;
(b) It [] has, [] has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
(End of Provision)
52.222-25 Affirmative Action Compliance. (APR 1984)

The offeror represents that-
(a) It [] has developed and has on file, [] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or
(b) It [] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(End of Provision)
52.252-5 Authorized Deviations in Provisions. (APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any 48 CFR, Chapter 14, Department of the Interior Acquisition Regulation provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of Provision)

GS2102 Incurring Costs. (JUL 2001)

The Contracting Officer is the only person who can legally obligate the Government for the expenditure of public funds. Costs shall not be incurred by recipients of this solicitation in anticipation of receiving direct reimbursement from the Government. It is understood that your offer will become part of the official file on this matter without obligation to the Government.

(End of Provision)

(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.


(XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the Contracting Office no later than 5:00 P.M. MST/MDT on October 10, 2017. Quotes must be email to rvaldez@usgs.gov DO NOT SUBMIT YOUR QUOTE THORUGH FEDCONNECT.

(XVI) Question Cutoff: Questions relating to this solicitation shall be presented by e-mail to rvaldez@usgs.gov not later than close of business 5:00 p.m. MST on September 28, 2017. Questions should be worded so as to avoid disclosing bid strategies or proprietary solutions. The Government will evaluate the questions, and if needed, an Amendment will be issued with the questions received and their associated answers. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted.

Valdez, Robert

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP