The RFP Database
New business relationships start here

Will Call System


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

Will Call System
18 June 2019


1. Solicitation


This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional
information included in this notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.


Solicitation number FM442582720011 is being issued as a Request for Quote (RFQ) using the
Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation
document and incorporated provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 2019-
02. All responsible sources may submit an offer to be considered by the agency.


2. Acquisition Details


This requirement is set aside 100% for Small Businesses. For further details on evaluation
procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this
solicitation. The North American Industry Classification System (NAICS) code is 334118 ("Computer
Terminal and Other Computer Peripheral Equipment Manufacturing"), and the business size standard is
1000 EMP.


3. The Government will award a firm fixed price contract. For a will call system that has RFID
capabilities or equal, meets HIPAA standards, is lockable, and integrates with current computer
system. See item description for detailed required characteristics. This is being solicited for the
11th MDSS/SGSM at Joint Base Andrews. The following items are being procured:


CLIN Description
Quantity Unit Total Price
0001 Will Call System
1 EA
0002 Shipping, Handling and Assembly 1
LOT


Item Description:
1. Physical Characteristics
a. Will employ the use of RFID technology for current will call requirements and future
capabilities or equal system.
i. The technology solution cannot rely on batteries as the main or back up power source for bags or
containers.
b. Will Call System must be lockable.
c. Will Call System must store prescriptions in a HIPAA compliant manner
d. Must meet security requirements for controlled drug prescription storage
2. IT and Interface System Characteristics
a. Must operate on Windows Server 2012 or higher.
b. Must be able to operate on the customers' existing workstations and used the customers' existing
bar code scanners if desired.
c. Must provide built in UPS for the Will Call System.
d. Must have interface to the customers pharmacy management system and the capabilities for
bidirectional interface if desired.
e. Must meet information security requirements (RMF, ATO, other) and have a current SOC2
certificate.


f. Must be able to integrate with the customer's existing pharmacy management system "patient
lookup" operations in such a manner that this will automatically direct the staff member to the
proper will call location.
3. Operational Characteristics
a. Must ensure that no two patients are accidently bundled together.
b. Must ensure that dispensing errors do not occur by selection the wrong patient from the will
call storage system.
c. Must allow for simultaneous multi user operations in the will call storage system.
d. Must be able to restrict any users access to the Will Call System and prevent removal of any
other prescription(s) from the will call system without further scanning by the user to do so.
e. Must have permissions that restrict users from certain functions
f. Must utilized the concept of roles that allow administrators and managers to assign permissions
for users
g. Must have the ability to hold a prescription in will call that cannot be dispensed (expiration
date, physician's hold, other).
h. Must have the capability to require mandatory pharmacy handling or consult for "high alert"
medications that are dispensed from the Will Call System.
i. Must have the capabilities directing user to the proper work flow container in work flow if the
container has not be placed in the Will Call Storage system.
j. Must have real time alarms on the Will Call Storage system for unauthorized entry, expired time
for cabinet to be opened, wrong pull.
k. Must not allow user to move to another assignment in the Will Call System without first
completing a pending or started assignment.
l. Must be able to provide the location of any drug within the Will Call System.
m. Must record all instances of user activities for tracking and audit purposes.
n. Must have the ability to automatically print required medication guides at time of pick up
without any additional user interaction.
i. Must track medication guide and ensure that patient signs for receipt of medication guide.
o. Must utilize containers that can operate in a central fill pharmacy, be conveyed, transported,
and immediately placed in the Will Call System without any additional scanning or user interaction
and detect that each container arrived at the proper downstream dispensing pharmacy.
p. Must be able to utilized customer's existing refrigeration storage and "oversized prescription"
storage areas in the same data base and under the same control as the Will Call System cabinets.
q. Must be able to provide real time reports for physical inventory of the Will Call System.
4. Additional Requirements for Stock Storage Common Platform
a. Must use a standard container for will call and stock storage in such a manner that return to
stock containers from will call can be immediately placed in the stock storage cabinet without
removing the contents from the container, and be immediately available for the next fill of that
drug. The system maintains complete history of drug, quantity, expiration date, and lot number for
proper filling on the next use.


i. Stock Storage cabinets must be compliant for storing controlled drugs.
ii. Stock Storage cabinet system must perform receiving, dispensing, and will call storage for
controlled drugs.
iii. Prescriptions filled from the stock storage system can immediately be placed in the common
will call storage system without any additional user interaction.
iv. Stock Storage system must maintain complete chain of custody of controlled drugs from receipt
to dispensing utilizing real time RFID tracking and real time alarms or equivalent system.
v. Stock Storage system must maintain accurate and real time perpetual log for purposes of
regulatory and compliance reporting thereby replacing any manual or virtual logging of activities.
vi. Stock Storage system must be able to control roles and assignments thereby allowing different
staff members to perform receiving, stocking, filling, Pharmacist check based on customers best
practices and workflow and provide "hard halts" if work flow steps or chain of custody is violated.
vii. Stock Storage system must support the customer's physical inventory requirements.
4. Delivery Information


FOB: Destination
Delivery Date: 30 Days After Date of Award Delivery address: Joint Base Andrews, MD
20762
5. Clauses & Provisions
It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All
FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at
http://farsite.hill.af.mil/ or http://www.arnet.gov/far/.
The following provisions are applicable:
52.212-1 - Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013)
52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will
award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically
Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is
technically acceptable. To be acceptable, the offer must meet the salient characteristics and
conform to the specifications described herein. The government may communicate with an offeror in
order to clarify or verify information submitted in their offer.
52.212-3 - Offerors Representations and Certifications - Commercial Items (Nov 2017) All offerors
must submit representations and certifications in accordance with this provision along with their
offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from
https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to
furnish the required representation information or that reject the terms and conditions of the
solicitation may be excluded from consideration.
52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are
applicable:
52.204-7 - System for Award Management Registration Deviation (Oct 2016) 52.211-17 - Delivery of
Excess Quantities (Sep 1989);


52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017);
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -
Commercial Items (Jan 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:


[Contracting Officer check as appropriate.]


(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]


(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).


(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.


(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).


(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)).


(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).


(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 (JAN 2019) (22 U.S.C. chapter 78 and
E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).


(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)(13)).


(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:


[Contracting Officer check as appropriate.]


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


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


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


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


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


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


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


(8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (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 (Jan 2019) (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 2019) (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 (Jan 2019) (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)
52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3
- Protest After Award (Aug 1996);
52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 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/vmfara.htm 52.252-6 - Authorized Deviations in Clauses (Apr 1984);
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter
1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date
of the clause.
252.223-7004 - Drug-Free Work Force (September 1988);
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012);
252.232-7006 - 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.


"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.


(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor
payment requests and receiving reports, as authorized by Defense



Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting
payment requests and receiving reports in WAWF for this contract or task or delivery order:


(1) Document type. The Contractor shall submit payment requests using the following document
type(s):


(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.


(ii) For fixed price line items-


(A) That require shipment of a deliverable, submit the invoice and receiving report specified by
the Contracting Officer.


 


(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed
price line items that require shipment of a deliverable.)


(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1,
which meets the requirements for the invoice and receiving report, or the applicable invoice and
receiving report, as specified by the Contracting Officer.


 


(Contracting Officer: Insert either "Invoice 2in1" or the applicable invoice and receiving report
document type(s) for fixed price line items for services.)


(iii) For customary progress payments based on costs incurred, submit a progress payment request.


(iv) For performance based payments, submit a performance based payment request.



(v) For commercial item financing, submit a commercial item financing request.


(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is
included in the contract.


[Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice
and receiving report in one step.]


(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


Issue By DoDAAC Admin DoDAAC** Inspect By DoDAAC Ship To Code
Ship From Code Mark For Code
Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC


DCAA Auditor DoDAAC Other DoDAAC(s)
(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance
locations apply, insert "See Schedule" or "Not applicable.")


(**Contracting Officer: If the contract provides for progress payments or performance-based
payments, insert the DoDAAC for the contract administration office assigned the functions under FAR
42.302(a)(13).)


(4) Payment request. The Contractor shall ensure a payment request includes documentation
appropriate to the type of payment request in accordance with the payment clause, contract
financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as
applicable.


(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of
DFARS Appendix F.


(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.


 


(Contracting Officer: Insert applicable information or "Not applicable.")
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
5352.201-9101 OMBUDSMAN (JUN 2016)


(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from
offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will
maintain strict confidentiality as to the source of the concern. The existence of the ombudsman
does not affect the authority of the program manager, contracting officer, or source selection
official. Further, the ombudsman does not participate in the evaluation of proposals, the source
selection process, or the adjudication of protests or formal contract disputes. The ombudsman may
refer the interested party to another official who can resolve the concern.


(b) Before consulting with an ombudsman, interested parties must first address their concerns,
issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting
an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level
bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of
OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the
AFDW/PK Ombudsman; Primary: MaryKathryn S. Robinson, marykathryn.s.robinson.civ@mail.mil,
(240)612-6112, 1500 West Perimeter Rd, Suite 5750,


Joint Base Andrews, Maryland, 20762. Concerns, issues, disagreements, and recommendations that
cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by
the interested party for further consideration to the Air Force ombudsman, Associate Deputy
Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC
20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.


(d) The ombudsman has no authority to render a decision that binds the agency.


(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or
clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


(End of clause)
6. The contracting office address is as follows: 11th Contracting Squadron
1349 Lutman Drive Andrews AFB, MD 20762


7. All quotes must be sent via e-mail to Benjamin A. Cummings at benjamin.cummings6.civ@mail.mil
and Malik R. Brown at malik.r.brown7.civ@mail.mil. Proposals shall be submitted no later than 12:00
PM EST, Thursday 27 June 2019. Questions shall be submitted no later than 12:00 PM EST, Friday 21
June 2019.
8. The government reserves the right to cancel this solicitation, either before or after the
closing date for receipt of quotes. In the event the government cancels this solicitation the
government has no obligation to reimburse or offeror any costs incurred in preparation of this
quote.


Will Call System                                                                                    
18 June 2019


1. Solicitation


This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional
information included in this notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.


Solicitation number FM442582720011 is being issued as a Request for Quote (RFQ) using the
Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation
document and incorporated provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 2019-
02. All responsible sources may submit an offer to be considered by the agency.


2.  Acquisition Details


This requirement is set aside 100% for Small Businesses. For further details on evaluation
procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this
solicitation. The North American Industry Classification System (NAICS) code is 334118 ("Computer
Terminal and Other Computer Peripheral Equipment Manufacturing"), and the business size standard is
1000 EMP.


3.  The Government will award a firm fixed price contract. For a will call system that has RFID
capabilities or equal, meets HIPAA standards, is lockable, and integrates with current computer
system. See item description for detailed required characteristics. This is being solicited for the
11th MDSS/SGSM at Joint Base Andrews. The following items are being procured:


CLIN            Description                                                                  
Quantity        Unit        Total Price
0001              Will Call System                                                                 
1                      EA
0002              Shipping, Handling and Assembly                                     1            
        LOT


Item Description:
1.   Physical Characteristics
a. Will employ the use of RFID technology for current will call requirements and future
capabilities or equal system.
i. The technology solution cannot rely on batteries as the main or back up power source for bags or
containers.
b.   Will Call System must be lockable.
c.   Will Call System must store prescriptions in a HIPAA compliant manner
d.   Must meet security requirements for controlled drug prescription storage
2.   IT and Interface System Characteristics
a.   Must operate on Windows Server 2012 or higher.
b. Must be able to operate on the customers' existing workstations and used the customers' existing
bar code scanners if desired.
c.   Must provide built in UPS for the Will Call System.
d. Must have interface to the customers pharmacy management system and the capabilities for
bidirectional interface if desired.
e. Must meet information security requirements (RMF, ATO, other) and have a current SOC2
certificate.


f. Must be able to integrate with the customer's existing pharmacy management system "patient
lookup" operations in such a manner that this will automatically direct the staff member to the
proper will call location.
3.   Operational Characteristics
a.   Must ensure that no two patients are accidently bundled together.
b. Must ensure that dispensing errors do not occur by selection the wrong patient from the will
call storage system.
c.   Must allow for simultaneous multi user operations in the will call storage system.
d. Must be able to restrict any users access to the Will Call System and prevent removal of any
other prescription(s) from the will call system without further scanning by the user to do so.
e.   Must have permissions that restrict users from certain functions
f. Must utilized the concept of roles that allow administrators and managers to assign permissions
for users
g. Must have the ability to hold a prescription in will call that cannot be dispensed (expiration
date, physician's hold, other).
h. Must have the capability to require mandatory pharmacy handling or consult for "high alert"
medications that are dispensed from the Will Call System.
i. Must have the capabilities directing user to the proper work flow container in work flow if the
container has not be placed in the Will Call Storage system.
j. Must have real time alarms on the Will Call Storage system for unauthorized entry, expired time
for cabinet to be opened, wrong pull.
k. Must not allow user to move to another assignment in the Will Call System without first
completing a pending or started assignment.
l.    Must be able to provide the location of any drug within the Will Call System.
m.  Must record all instances of user activities for tracking and audit purposes.
n. Must have the ability to automatically print required medication guides at time of pick up
without any additional user interaction.
i. Must track medication guide and ensure that patient signs for receipt of medication guide.
o. Must utilize containers that can operate in a central fill pharmacy, be conveyed, transported,
and immediately placed in the Will Call System without any additional scanning or user interaction
and detect that each container arrived at the proper downstream dispensing pharmacy.
p. Must be able to utilized customer's existing refrigeration storage and "oversized prescription"
storage areas in the same data base and under the same control as the Will Call System cabinets.
q. Must be able to provide real time reports for physical inventory of the Will Call System.
4.   Additional Requirements for Stock Storage Common Platform
a. Must use a standard container for will call and stock storage in such a manner that return to
stock containers from will call can be immediately placed in the stock storage cabinet without
removing the contents from the container, and be immediately available for the next fill of that
drug. The system maintains complete history of drug, quantity, expiration date, and lot number for
proper filling on the next use.


i.   Stock Storage cabinets must be compliant for storing controlled drugs.
ii. Stock Storage cabinet system must perform receiving, dispensing, and will call storage for
controlled drugs.
iii. Prescriptions filled from the stock storage system can immediately be placed in the common
will call storage system without any additional user interaction.
iv. Stock Storage system must maintain complete chain of custody of controlled drugs from receipt
to dispensing utilizing real time RFID tracking and real time alarms or equivalent system.
v.  Stock Storage system must maintain accurate and real time perpetual log for purposes of
regulatory and compliance reporting thereby replacing any manual or virtual logging of activities.
vi.   Stock Storage system must be able to control roles and assignments thereby allowing different
staff members to perform receiving, stocking, filling, Pharmacist check based on customers best
practices and workflow and provide "hard halts" if work flow steps or chain of custody is violated.
vii. Stock Storage system must support the customer's physical inventory requirements.
4.  Delivery Information


FOB:                              Destination
Delivery Date:      30 Days After Date of Award Delivery address:           Joint Base Andrews, MD
20762
5. Clauses & Provisions
It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All
FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at
http://farsite.hill.af.mil/ or http://www.arnet.gov/far/.
The following provisions are applicable:
52.212-1 - Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013)
52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will
award a contract resulting from this solicitation on the basis of a 'Lowest Price Technically
Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is
technically acceptable. To be acceptable, the offer must meet the salient characteristics and
conform to the specifications described herein. The government may communicate with an offeror in
order to clarify or verify information submitted in their offer.
52.212-3 - Offerors Representations and Certifications - Commercial Items (Nov 2017) All offerors
must submit representations and certifications in accordance with this provision along with their
offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from
https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to
furnish the required representation information or that reject the terms and conditions of the
solicitation may be excluded from consideration.
52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are
applicable:
52.204-7 - System for Award Management Registration Deviation (Oct 2016) 52.211-17 - Delivery of
Excess Quantities (Sep 1989);


52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017);
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -
Commercial Items (Jan 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:


[Contracting Officer check as appropriate.]


       (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]


       (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).


       (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.


       (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).


       (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)).


       (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).


       (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 (JAN 2019) (22 U.S.C. chapter 78 and
E.O. 13627).
       (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).


       (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)(13)).


       (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:


[Contracting Officer check as appropriate.]


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


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


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


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


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


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


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


       (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP