The RFP Database
New business relationships start here

Firing Range Maintenance Service


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

Combined Synopsis/Solicitation for
Firing Range Cleaning Services
United States Park Police Anacostia Training Facility
Contracting Officer: Stacey Rickard
Contracting Specialist: Rebecca Via

1. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 13.5 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.

***NOTE***
All instructions, templates and formats contained herein shall explicitly be adhered to; otherwise, a quote is determined to be incomplete and shall not be considered for award.

2. Solicitation Number: 140P3019R0001

3. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98 effective May 1, 2018

4. This Synopsis/Solicitation is issued as a Request for Proposal (RFP)

5. A notice regarding any set-aside: Total Small Business Set Aside

6. NAICS Code: 562910 Remediation Services

7. Small Business Size Standard: $20.5 M

8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A

9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure:
(See Attached Bid Schedule)

CONTRACT LINE ITEM NO. (CLIN)    SERVICES    QTY    UNIT
0010    USPP Firing Range Cleaning Services (See Bid Schedule)
Base Year: Jan 14, 2019 - Jan 13, 2020    1    LS



0020    USPP Firing Range Cleaning Services (See Bid Schedule)
Base Year: Jan 14, 2020 - Jan 13, 2021    1    LS



0030    USPP Firing Range Cleaning Services (See Bid Schedule)
Base Year: Jan 14, 2021 - Jan 13, 2022    1    LS



0040    USPP Firing Range Cleaning Services (See Bid Schedule)
Base Year: Jan 14, 2022 - Jan 13, 2023    1    LS



0050    USPP Firing Range Cleaning Services (See Bid Schedule)
Base Year: Jan 14, 2023 - Jan 13, 2024    1    LS



10. Description of requirements for the items to be acquired:

Firing Range Cleaning Services at the United States Park Police Anacostia Training Facility, Washington, DC 20020.



11. Period of Performance:
Base Year: Jan 14, 2019 - Jan 13, 2020
Option Year 1: Jan 14, 2020 - Jan 13, 2021
Option Year 2: Jan 14, 2021 - Jan 13, 2022
Option Year 3: Jan 14, 2022 - Jan 13, 2023
Option Year 4: Jan 14, 2023 - Jan 13, 2024

12. Place(s) of Delivery and Acceptance:
Anacostia Training Facility
1901 Anacostia Dr. SE
Washington, DC 20020

13. FOB Point: DESTINATION


14. Attachments:

1) Statement of Work
2) Bid Schedule
3) Wage Determination


15. The name and telephone number of the individual to contact for information regarding the solicitation: Rebecca Via, Rebecca_via@nps.gov


16. Additional Information:

Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may make a request through the SAM website at http://www.sam.gov.


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 [Contracting Officer to edit and include the documentation required under this contract]:
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 Local Clause)


17. The provision at FAR 52.212-1, Instructions to Offerors and 52.212-2, Evaluation - Commercial Items apply to this acquisition.

Addendum to FAR 52.212-1, Instructions to Offerors

The following is to be added to FAR 52.212-1 paragraph (b):

1. Please provide your price quote on bid schedule provided in SOW.

2. Please provide technical package demonstrating company's overall technical capabilities as well as a narrative detailing how work will be accomplished in accordance with attached statement of work. Contractor must provide documentation of the following non-price factors for evaluation:


A.    Non-Price Factor 1: Past Performance. Provide Past Performance information, to include three (3) 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.


B.    Non-Price Factor 2: Prior Experience, Expertise And Qualifications
Sub-Factor 1 - Prior Experience of the Company Submitting the Proposal. Demonstrate experience in decontamination and disposal of hazardous materials.


Sub-Factor 2 - Licensing. Contractor must provide proof of licensing and EPA ID numbers for removal, disposal, and transportation of hazardous waste materials


Sub-Factor 3 - Contractor must provide any Notice of Violations (NOV) associated with the Treatment Storage and Disposal (TSD) Facility used, including specific violations, and if violations are corrected or on-going


Sub-Factor 4 - Contractor must provide proof of Medical Monitoring Program, Health Certificates, and compliance with OSHA.


Sub-Factor 5- Qualifications. Demonstrate company submitting the proposal is fully certified to perform hazardous material remediation services


3. The quote and technical package in its entirety shall not exceed fifteen (15) pages, double sided. Required Certificates will not be considered as part of the total page count.
4. Offers are due before 12:00 P.M. EST, Jan 3, 2019.
5 Offers shall be emailed to Rebecca_via@nps.gov Do not post offers to FedBizOpps. Offers submitted by means other than email will NOT be accepted or considered for evaluation.
6 Please request read receipt on all submitted quotes.
7. All questions are due before 12:00 P.M. EST, Dec 18, 2018.
8. Site Visit to be held Friday, Dec 14, 2018 at 10:00 AM EST. Please meet at the main entrance of the training facility. The main entrance can be identified by the flagpole.


9. Vendors shall ensure that they have a current and active registration in the System for Award Management (SAM) that includes completed Representations and Certifications.

(End of Provision)

18. The Following Provisions Are Incorporated By Full Text:

FAR 52.212-2 - Evaluation - Commercial Items

(a) The Government intends to award a Purchase Order to the responsible offeror whose quote is the Lowest Price Technically Acceptable quote/offeror after an evaluation is conducted in accordance with the technical factors in this solicitation. The technical evaluation criteria set forth below have been developed by the program office and have been tailored to their requirements in this particular solicitation. The offeror is informed that these criteria, (1) serve as the standard against which all quotes will be evaluated and (2) serve to identify the significant matters which the offeror should specifically address in complying with the requirements of this solicitation.


In order to be considered for award, the price quote must be provided on the bid schedule listed in the statement of work and technical quote determined to be technically acceptable. The technical evaluation factors for this procurement are Lowest Price Technically Acceptable (LPTA). Criteria under the LPTA process are judged on a pass-fail basis only. No other rating or qualitative value will be assigned. To be determined technically acceptable, all factors must be acceptable to obtain a pass rating for the technical quote. Any technical quote that does not receive acceptable assessment for all factors will receive a fail rating for the technical quote. Award will be made to the lowest-priced, technically acceptable, responsible offeror, with satisfactory past performance.


The contractor will provide a technical overview of their abilities to perform the services herein. The technical proposal must address the technical factors described herein. The vendors must submit a technical quote that demonstrates technical capability and is descriptive enough to validate current technical qualifications and certifications for the following Technical Factors:



The following factors shall be used to evaluate offers:

A.     Non-Price Factor 1: Past Performance. Provide Past Performance information, to include three (3) 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.


B. Non-Price Factor 2: Prior Experience, Expertise And Qualifications
1.    Sub-Factor 1 - Prior Experience of the Company Submitting the Proposal. Demonstrate experience in decontamination and disposal of hazardous materials.


2.    Sub-Factor 2 - Licensing. Contractor must provide proof of licensing and EPA ID numbers for removal, disposal, and transportation of hazardous waste materials


3.    Sub-Factor 3 - Contractor must provide any Notice of Violations (NOV) associated with the Treatment Storage and Disposal (TSD) Facility used, including specific violations, and if violations are corrected or on-going


4.    Sub-Factor 4 - Contractor must provide proof of Medical Monitoring Program, Health Certificates, and compliance with OSHA.


5.    Sub-Factor 5- Qualifications. Demonstrate company submitting the proposal is fully certified to perform hazardous material remediation services

Award will be made in accordance with FAR 13.5.


(c) Quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

(End of Provision)

52.237-1 -- Site Visit (APR 1984)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of Provision)


52.217-5 -- Evaluation of Options. (Jul 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)


 




52.252-1 -- Solicitation Provisions Incorporated by Reference

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 address:

http://farsite.hill.af.mil

(End of Provision)

19. The Following Provisions are Incorporated by Reference:

FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (Oct 2015)
FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jan 2017)

20. The Following Clauses Are Incorporated By Reference:

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (MAR 2015)

52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2018)


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).


(2) 52.204-23, Prohibition on Contracting for Hardware,


Software, and Services Developed or Provided by Kaspersky Lab and


Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).


(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)


(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).


(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).


(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


_X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).


___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).


___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).


___ (5) [Reserved]


_X__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).


___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).


_X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).


___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).


___ (10) [Reserved]


___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).


___ (ii) Alternate I (Nov 2011) of 52.219-3.


___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).


___ (ii) Alternate I (Jan 2011) of 52.219-4.


___ (13) [Reserved]


__X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).


___ (ii) Alternate I (Nov 2011).


___ (iii) Alternate II (Nov 2011).


___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).


___ (ii) Alternate I (Oct 1995) of 52.219-7.


___ (iii) Alternate II (Mar 2004) of 52.219-7.


_X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).


___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637 (d)(4)).


___ (ii) Alternate I (Nov 2016) of 52.219-9.


___ (iii) Alternate II (Nov 2016) of 52.219-9.


___ (iv) Alternate III (Nov 2016) of 52.219-9.


___ (v) Alternate IV (Aug 2018) of 52.219-9.


___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).


___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).


___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).


___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).


_X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).


___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).


___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).


_X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).


_X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).


_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).


_X__ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


___ (ii) Alternate I (Feb 1999) of 52.222-26.


___ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


___ (ii) Alternate I (July 2014) of 52.222-35.


___ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


___ (ii) Alternate I (July 2014) of 52.222-36.


___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).


_X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).


___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)


___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)


___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)


___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).


___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).


___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514


___ (ii) Alternate I (Oct 2015) of 52.223-13.


___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).


___ (ii) Alternate I (Jun 2014) of 52.223-14.


___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).


___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).


___ (ii) Alternate I (Jun 2014) of 52.223-16.


_X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).


___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).


___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696).


___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).


___ (ii) Alternate I (Jan 2017) of 52.224-3.


___ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).


___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).


___ (ii) Alternate I (May 2014) of 52.225-3.


___ (iii) Alternate II (May 2014) of 52.225-3.


___ (iv) Alternate III (May 2014) of 52.225-3.


___ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).


_X__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).


___ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).


___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).


___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).


___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).


_X__ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).


___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).


___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).


___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).


___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).


___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).


___ (ii) Alternate I (Apr 2003) of 52.247-64.


___ (iii) Alternate II (Feb 2006) of 52.247-64.


(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:



___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)


_X__ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.).


___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


_X__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C.206 and 41 U.S.C. chapter 67).


___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).


___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).


_X__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).


___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).


(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.


(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.


(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.


(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.


(e)


(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-


(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).


(iii) 52.204-23, Prohibition on Contracting for Hardware,


Software, and Services Developed or Provided by Kaspersky Lab and


Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).


(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.


(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).


(vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.


(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).


(xiii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).


(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)


(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)


(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).


(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).


(xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).


(B) Alternate I (Jan 2017) of 52.224-3.


(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.


(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.


(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.


(End of Clause)
52.217-8 -- Option to Extend Services.


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 45 days.


(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 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 54 months.


(End of Clause)

FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:

http://farsite.hill.af.mil/farsite.html

(End of Clause)


 


Rebecca Via, Contract Specialist, Phone 2026197390, Email rebecca_via@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP