The RFP Database
New business relationships start here

Eielson AFB CPTS Other Office Area Furniture


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

 
COMBINED SYNOPSIS/SOLICITATION 'COMBO'
Eielson AFB CPTS Furniture Other Office Area.

 

•(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; quotes are being requested and a written solicitation will not be issued.

 

•(ii)  Solicitation FA5004-19-V-0002 is a Request for Quotation (RFQ).


 

•(iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective 15 Jun 2016. The DFARS provisions and clauses are those in effect to DPN 20160607, effective 07 Jun 2016. The AFFARS provisions and clauses are those in effect to AFAC 2016-0603, effective 03 Jun 2016.


 

•(iv)   Availability of Funds.

 

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.


 

•(v)    This requirement is solicited as a 100% total small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 337214 with a small business size standard of 1000 EMP.


 

•(vi)         The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.


 

•(vii)       The government intends to award a firm-fixed price contract for the following:

See Attachment 1: Pricing Schedule

See Attachment 2: Statement of Objectives

See Attachment 3: Floor Plan Layout

 

 

•(viii)     Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:

 

Eielson Air Force Base, Alaska 99702

 

•(i)     Evaluation Criteria/ Basis for Contract Award is as Follows: 


 

•a.  Past performance assessments will be made based on reports found in the Contractor Performance Assessment Reporting System (CPARS) website, Supplier Performance Risk System (SPRS), System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPIIS) and other available past performance Government systems and methods available to the contracting officer.  Only recent and relevant contracts will be surveyed for this past performance assessment. To be recent, the present/past performance effort must be ongoing or must have been performed within the past three (3) years from the date of issuance of this solicitation. To be relevant, the present/past performance effort shall involve similar scope and magnitude of effort and complexities this solicitation requires. Offerors without a record of recent, relevant and quality past performance or for whom information on past performance is so sparse that no meaningful assessment can be accomplished, will receive an 'Acceptable' for the Past Performance factor.

 

•b.  Technical evaluations will be conducted by assessing the offeror's proposed products to verify it meets the requirements within the Statement of Objectives and Floor Plan Layout. Technical evaluations will be rated on a technically 'Acceptable' or 'Unacceptable' basis.


 

•c.  Price analysis will be conducted. Quotes will be evaluated for price reasonableness and completeness. The proposed price will be evaluated on the bottom line price for the entire effort. Primarily, prices will be compared to the proposed prices received in response to the solicitation and/or compared to proposed prices within the Independent Government Estimate. Overall, the price must be determined fair and reasonable.


 

•d.  The government will rank all offers according to price, from lowest price to highest price.


 

•e.  The Government will begin evaluation at the lowest priced offer. The government will begin with a past performance evaluation on that offeror.  This past performance evaluation will include surveying the aforementioned systems and methods available to the contracting officer. Overall, Past Performance shall be evaluated on an 'Acceptable' or 'Unacceptable' basis.


 

•f.   If determined 'Acceptable,' the government will then begin a technical evaluation on the offer. The offeror's quote shall be evaluated based on the information detailed in the attached requirements documents (Statement of Work, Detailed Listing, Requirement List/Occupancy, and Floor Plan Layout), and be determined technically 'Acceptable' or 'Unacceptable.'


 

•g.  This process will continue (in order by price) until an offeror is determined to have an acceptable quote with regards to technical (meeting the requirements in the Statement of Work and Floor Plan Layout), past performance, and overall contractor responsibility.


 

•h.  The contracting officer shall then make a best value award decision, which means that the lowest priced responsible offeror with acceptable past performance and technical capability may be considered for award.


 

•i.    Ultimately, the contract will be awarded to the offeror whose quote, based upon the evaluation criteria listed above, represents the best value to the Government.

 

A responsive quote will consist of a completed RFQ, and any pertinent technical information detailed in the attached documents.

 

•(ii) Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

 

•(iii)      The government intends to award a firm-fixed price contract for the following

See Attachment 1: Pricing Schedule

See Attachment 2: Statement of Objectives

See Attachment 3: Floor Plan Layout

        

 

 

DFARS Clauses Incorporated by Reference

 

Number Title Effective Date

252.204-7006 Billing Instructions. 2005-10

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2012-06

 

DFARS Clauses Incorporated by Full Text

 

252.232-7006 Wide Area WorkFlow Payment Instructions. 2013-05

As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)(a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/ acceptance location(s) in WAWF, as specified by the contracting officer. F1U0FM (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* | Field Name in WAWF || Data to be entered in WAWF ||

Pay Official DoDAAC || F87700 ||

Issue By DoDAAC || FA5004 ||

Admin DoDAAC || FA5004 ||

Inspect By DoDAAC || F1U3C1 ||

Ship To Code || F1U3C1 ||

Ship From Code || N/A ||

Mark For Code || N/A ||

Service Approver (DoDAAC) || F1U3C1 ||

Service Acceptor (DoDAAC) || F1U3C1 ||

Accept at Other DoDAAC || N/A

|| LPO DoDAAC || N/A ||

DCAA Auditor DoDAAC || N/A ||

Other DoDAAC(s) || N/A |

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. dianna.durbin@us.af.mil

zachary.bowens@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. https://wawf.eb.mil/xhtml/unauth/help/helpvendors.xhtml (Contracting Officer: Insert applicable information or Not applicable.) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)

Special Contract Requirements

 

DFARS Clauses Incorporated by Full Text

 

252.211-7003 Item Unique Identification and Valuation. 2016-03

As prescribed in 211.274-6(a)(1), use the following clause: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) (a) Definitions. As used in this clause Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identifier means (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022.

Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. DoD item unique identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency. Governments unit

acquisition cost means (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractors estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractors estimated fully burdened unit cost to the Government at the time of delivery. Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459. Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. Type designation means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a

DoD recognized unique identification equivalent. Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Governments unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description (ii) Items for which the Governments unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description (If items are identified in the Schedule, insert See Schedule in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major

Defense Acquisition Program as specified in Attachment Number. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology International symbology specification Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that (i) The data elements (except

issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier

and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall (A) Determine whether to (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A,

MIL-STD-130, latest version. (ii) The issuing agency code (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1) (i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Governments unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1) (v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) , Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required

in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause)

 

Contract Clauses

 

FAR Clauses Incorporated by Reference

 

Number Title Effective Date

52.203-6 Restrictions on Subcontractor Sales to the Government. 2006-09

52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government. 1995-10

52.203-7 Anti-Kickback Procedures 2014-05

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal 2017-01

Confidentiality Agreements or Statements-Representation.

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or 2017-01

Statements.

52.204-19 Incorporation by Reference of Representation and Certifications 2014-12

52.204-22 Alternative Line Item Proposal. 2017-01

52.209-6 Protecting the Government's Interest When Subcontracting with 2015-10

Contractors Debarred, Suspended, or Proposed for Debarment.

52.209-9 Updates of Publicly Available Information Regarding Responsibility 2013-07

Matters.

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 2015-11

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a 2016-02

Felony Conviction under any Federal Law.

52.211-5 Material Requirements 2000-08

52.219-6 Notice of Total Small Business Set-Aside. 2011-11

52.219-8 Utilization of Small Business Concerns. 2016-11

52.219-13 Notice of Set-Aside of Orders. 2011-11

52.219-14 Limitations on Subcontracting. 2017-01

52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. 2011-11

52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01

52.222-21 Prohibition of Segregated Facilities. 2015-04

52.222-37 Employment Reports on Veterans. 2016-02

52.222-41 Service Contract Labor Standards. 2018-08

52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price 2014-05

Adjustment.

52.222-55 Minimum Wages Under Executive Order 13658. 2015-12

52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08

52.225-13 Restrictions on Certain Foreign Purchases. 2008-06

52.225-18 Place of Manufacture 2018-08

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities

2018-08

Or Transactions Relating to Iran- Representation and Certification

52.232-1 Payments 1984-04

52.232-2 Payments Under Fixed Price Research and Development Contracts 1984-04

52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12

52.233-3 Protest after Award. 1996-08

52.233-4 Applicable Law for Breach of Contract Claim. 2004-10

52.244-6 Subcontracts for Commercial Items 2019-01

 

DFARS Clauses Incorporated by Reference

 

Number Title Effective Date

252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09

252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09

252.204-7003 Control of Government Personnel Work Product. 1992-04

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05

252.209-7004 Subcontracting with Firms that are Owned or Controlled by the 2015-10

Government of a Country that is a State Sponsor of Terrorism.

252.215-7002 Cost Estimating System Requirements. 2012-12

252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous 2014-09

Materials.

252.223-7008 Prohibition of Hexavalent Chromium. 2013-06

252.225-7001 Buy American and Balance of Payments Program. 2017-12

252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12

252.225-7012 Preference for Certain Domestic Commodities. 2017-12

252.225-7048 Export-Controlled Items. 2013-06

252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic 2004-09

Enterprises, and Native Hawaiian Small Business Concerns.

252.232-7010 Levies on Contract Payments. 2006-12

252.237-7010

Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06

252.242-7005 Contractor Business Systems. 2012-02

252.243-7001 Pricing of Contract Modifications. 1991-12

252.243-7002 Requests for Equitable Adjustment. 2012-12

252.244-7000 Subcontracts for Commercial Items 2013-06

 

FAR Clauses Incorporated by Full Text

 

52.212-1 -- Instructions to Offerors -- Commercial Items.

As prescribed in 12.301(b)(1), insert the following provision:

 

Instructions to Offerors -- Commercial Items (Oct 2018)

 

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and

small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the

small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item

which it did not itself manufacture, is 500 employees.

 

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time

specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the

solicitation. As a minimum, offers must show --

 

(1) The solicitation number;

 

(2) The time specified in the solicitation for receipt of offers;

 

(3) The name, address, and telephone number of the offeror;

 

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the

solicitation. This may include product literature, or other documents, if necessary;

 

(5) Terms of any express warranty;

 

(6) Price and any discount terms;

 

(7) "Remit to" address, if different than mailing address;

 

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those

representations and certifications that the offeror shall complete electronically);

 

(9) Acknowledgment of Solicitation Amendments;

 

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the

same or similar items and other references (including contract numbers, points of contact with telephone numbers and other

relevant information); and

 

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms,

conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or

reject the terms and conditions of the solicitation may be excluded from consideration.

 

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date

specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

 

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified

for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the

Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.

 

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including

alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition

Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be

evaluated separately.

 

(f) Late submissions, modifications, revisions, and withdrawals of offers.

 

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the

Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the

solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or

revisions are due.

 

(2)

 

(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation

after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is

made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

 

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial

point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt

of offers; or

 

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of

offers and was under the Government's control prior to the time set for receipt of offers; or

 

(C) If this solicitation is a request for proposals, it was the only proposal received.

 

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will

be considered at any time it is received and may be accepted.

 

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that

installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or

statements of Government personnel.

 

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at

the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government

requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for

receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on

which normal Government processes resume.

 

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in

response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn

via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the

solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if,

before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person

signs a receipt for the offer.

 

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract

without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price

and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the

Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept

other than the lowest offer; and waive informalities and minor irregularities in offers received.

 

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer

by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those

specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at

the unit prices offered, unless the offeror specifies otherwise in the offer.

 

(i) Availability of requirements documents cited in the solicitation.

 

(1)

 

(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a

request to--

 

GSA Federal Supply Service Specifications Section

 

Suite 8100

470 L'Enfant Plaza, SW

Washington, DC 20407

Telephone (202) 619-8925)

 

Facsimile (202 619-8978).

 

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph

 

(i)(1)(i) of this provision. Additional copies will be issued for a fee.

 

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites--

 

(i) ASSIST (https://assist.dla.mil/online/start/ ).

 

(ii) Quick Search (http://quicksearch.dla.mil/).

 

(iii) ASSISTdocs.com (http://assistdocs.com).

 

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by--

 

(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm );

 

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

 

(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,

Telephone (215)697/2197, Facsimile (215) 697-1462.

 

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

 

(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.

 

Class Deviation 2018-O0018--Micro-Purchase Threshold, Simplified Acquisition Threshold, and Special Emergency Procurement Authority. Effective August 31, 2018. This deviation remains in effect until it is incorporated into the FAR or DFARS, or otherwise rescinded

 

(j) Unique entity identifier. (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) * * *

 

(k) Reserved.

 

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

 

(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

 

(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.

 

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

 

(4) A summary of rationale for award;

 

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

 

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of Provision)

 

52.212-2 -- Evaluation -- Commercial Items.

 

As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:

Evaluation -- Commercial Items (Oct 2014)

 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

 

Price

 

Technical capability of the item offered to meet the Government requirement

 

Past Performance (Past performance assessments will be made based on reports found in the Contractor Performance Assessment Reporting System (CPARS) website, System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPIIS) and other available past performance Government systems and methods.)

 

(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 offer'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.

(End of Provision)

 

52.212-4 Contract Terms and Conditions-Commercial Items. 2017-01

 

As prescribed in 12.301(b)(3), insert the following clause: Contract Terms and Conditions-Commercial Items (Jan 2017) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers.

The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor;

(ii) Invoice date and number; (iii) Contract number, line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in

41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for

payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may

be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply

with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449 . (8) Other documents, exhibits, and attachments. (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph

(t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see subpart 32.8, Assignment of Claims). Assignees shall be separately registered

in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov. (u) Unauthorized Obligations (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through

an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.

 

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-- COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018)

 

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP