The RFP Database
New business relationships start here

LEAD ABATEMENT/ REMEDIATION FOR UNITED STATES COAST GUARD CUTTER


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

 

 

•(i)              This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

 

•(ii)              Solicitation number 70Z04019Q60996Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016.

 

•(iii)            It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

 

•(iv)             The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order.

 

•(v)               The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:


 

•(vi)             Please note mandatory site visit will be held on the morning of 01/07/19 and all reservations are due on 01/04/19 by 1300 EST to  Mr. Jonathon Whalen ( Jonathon.T.Whalen@uscg.mil ;)


 


 

 

ITEM 1:  Perform lead paint remediation in location of Bulkhead 76

Upper Motor Room. Contractor must have certifications for the removals and disposals of lead paint.

 


QTY:  1 JOB

 

UNIT PRICE: ________________

 

ITEM 2:  Perform lead paint remediation in location of Motor Room Bilge. Contractor must have certifications for the removals and disposals of lead paint.


 


QTY:  1 JOB

 

UNIT PRICE: ________________

 

ITEM 3:  Perform lead paint remediation in location of Exterior Stack. Contractor must have certifications for the removals and disposals of lead paint.


 


QTY:  1 JOB

 

UNIT PRICE: ________________




ITEM 4:  Perform lead paint remediation in location of exterior of Motor Room Upper Deck and Coaming. Contractor must have certifications for the removals and disposals of lead paint.


 


QTY:  1 JOB

 

UNIT PRICE: ________________

ALL LINE ITEM JOB TOTAL: ___________________

 

REQUIRED DELIVERY DATE:  01/22/19

PROMISED DELIVERY DATE:______________________

 

 

1.  SCOPE OF WORK: Removal of lead based paint from USCG Cutter

 

 

2.   COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK: Upon acceptance, the contractor shall commence work after notice to proceed and work diligently to complete the entire work ready for use by 30 working days after contract award.

 

3.   GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to Abate Lead Containing Coatings located at USCG Yard 2401 Hawkins Point Road Baltimore MD 21226. Cutter Mobile Bay 140' Tug.

 

 

The contractor must provide all necessary labor, equipment, materials, disposals and supervision to safely perform Lead Paint remediation's listed in this statement of work. All HAZMAT must be placed and sealed in Contractor provided containers and be properly labeled. The Contractor shall provide a work plan which includes, method for completing work including equipment, tools protective measures to seal off work site, schedule, method of sampling, and disposal plan with proposal. During the performance of work a progress report must be submitted at 25% and 75% of work completion. The Contractor shall comply with all Occupational Safety and Health Administration (OSHA) requirements specified as applicable to personnel exposure to Lead HAZMAT. The Contractor shall comply with all Occupational Safety and Health Administration (OSHA) requirements specified in 29 CFR 1915, Subpart B, as applicable to Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment. The Contractor shall comply with applicable OSHA requirements specified in 29 CFR 1915.1025 and 29 CFR 1926.62, as applicable to personnel exposure to lead. Employee training must meet the requirements of OSHA 29 CFR 1926 and Maryland Department of the Environment. All work must meet OSHA Standards, EPA CFR40, local, state, and federal requirements. Any deviations must be reported to the Coast Guard Yard staff immediately. All Contractors' equipment must meet local, state and federal environmental regulations. Environmental Protection Agency (EPA) and Maryland Department of the Environment (MDE) approval for work methods will be the responsibility of the Contractor. Any work variance approvals will be the responsibility of the Contractor.  The contractor shall provide a work plan meeting state and federal regulations with the proposal including all equipment and tools that will be used.

 

3.1.1 Contractors must perform a site visit before bids are submitted.

 

3.2 Preservation particulars.  The Contractor shall accomplish the below-specified surface preparation and coating application tasks. Use Coast Guard Drawing(s) listed in Section 2 (References) as guidance.

3.2.1 Surface preparation.  Prepare all surfaces listed in table 1, including attached framing, stiffeners, piping, and equipment support, as applicable, by one or a combination of the following surface preparation methods:

Table 1: Surface Preparation Methods





ABRASIVE BLASTING



MECHANICAL CLEANING






Abrasive-blasting to SSPC-SP10/NACE No. 2, using grit conforming to MIL-A-22262 (1.5 to 2.5 mil anchor profile).




Power tool cleaning to a SSPC-SP 11 (1.0 mil anchor profile).





 

3.2.3  Protective measures - general.  The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces in the vicinity of the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.

3.2.4  Interferences.  The CG Yard  shall handle all interference removals in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Some interferences may not be practical for removals. The Contractor will need to cover and work around interference that cannot be removed. Known interferences include, but are not limited to the below-listed:

•·         Sheathing.

•·         Bulkhead insulation.

•·         Piping.

•·         Wiring

3.2.5  Hazardous material disclosure.  The Contractor shall be aware of the presence of lead in excess of 0.06 percent by weight (0.12 mg/cm2, or 600 ppm) in existing primer coatings in the affected locations. The Contractor shall be aware of the presence of asbestos in excess of 0.01 percent in the existing anti-sweat/vermiculite coatings in the affected locations.

3.2.6  Pre-and post abatement lead/asbestos dust sampling - for non-affected spaces.  Before and after completion of abatement job, the Contractor shall conduct lead dust wipe sampling in non-affected location(s) listed in Table 2.  Refer to sub-paragraph paragraph titled "Lead dust wipe sampling" in SFLC Std Spec 0000, Appendix A or B, as applicable.

 

NOTES

1. Pre-abatement sampling for non-affected adjacent compartments is for the purpose of establishing baseline of initial condition.

2. Post-abatement sampling for non-affected adjacent compartments is for verifying whether or not contamination has occurred as a result of improper protective measures.

 

 4.0 Abatement  particulars. Surface preservation: The Contractor shall abate all areas if noted in the table above, of the cutter as necessary to complete tasks. SFLC Std Spec 6310 shall be used for surface preparations and coating systems.   

 

•·         Separate contaminated areas from other areas.

•·         Do not permit non-essential personnel in the work area.

•·         Prevent dust from migrating to other areas, as follows

 

•o   Seal doors, hatches, and all other openings between the work area and other areas with an airtight barrier, such as fire-rated polyethylene; seal both sides (inside the construction area, and inside the adjacent area) to provide a secondary dust barrier and prevent the doors and windows from being used (post alternative emergency exits, if applicable).

•o   Ensure that the work area remain under negative pressure in relation to adjacent areas.

NOTE

Negative pressure means that more air is exhausted from the area than is supplied so that lead dust and asbestos particles are contained within the work area, and do not contaminate adjacent non-affected compartments.  Exhaust air must be filtered with a suitable HEPA filter.

•·         Take, at a minimum, the following measures, to protect de-contamination workers:

•o   Use a HEPA (high-efficiency particulate air) vacuum - never use a conventional vacuum. A HEPA vacuum removes 99.97% of particles that are less than 0.3 microns in size.

•o   Never use compressed air; never dry sweep.

•o   Workers must wear a respirator which is approved by NIOSH and has N100, P100 or R100 filters (the cartridges are usually purple); respirators must be fit-tested to insure proper seal, and employees must be medically screened and trained prior to wearing a respirator (see the OSHA Respirator Standard 29 CFR 1910.134 - covers respiratory protection for shipyard employment.

•o   Workers must wear full-body protective clothing, head covering and shoes (or shoe covers).

•o   Eating, drinking and smoking are prohibited in work areas.

•o   Workers must wash hands and face before eating, drinking or smoking.

•o   Workers must not leave the work area without having gone through a proper decontamination process, to prevent spread of lead dust to un-affected areas.

•o   Workers must remove work clothes and shoes before leaving the work area, and seal work clothes in plastic.

•o   Workers must shower and wash hair as soon as possible after leaving the work area.

•o   Non-disposable work clothes must be washed separately from other clothes.

4.2.1  Remove protective covers, to allow for performance of lead dust cleaning and wipe/paint sampling tasks, as specified in 3.3.2.1 (Lead dust clean-up) and 3.3.2.2.1.2 (Additional wipe Clearance sampling), respectively.  Reinstall protective covers, after said tasks have been completed.

4.2.1.2 Remove and dispose of all protective covers, upon completion of work.

4.2.2 Be aware that surfaces to be abated also include all structural members associated with/adjacent to designated surfaces, in addition to lighting fixtures, pipe runs, and junction boxes.

NOTES

1. SFLC Std Spec 0000, Appendix A applies to availabilities performed at contractor operated (non-USCG) facilities; Appendix B pertains to work accomplished at USCG facilities.

2. Abatement specific requirements in Appendix A or B of SFLC Std Spec 0000 include, but are not limited to the following:

+ Additional protective measures.

+ HAZMAT removal/surface preparation.

+ Post-surface preparation clearance sampling and inspection.

+ Lead dust clean-up.

+ Waste disposal.

4.3  Post-abatement clearance, inspection, and cleaning - order of performance.  After completion of surface preparation and removal of generated debris, perform the below-specified tasks, in the specific order provided.

4.3.1  Substrate inspection.  Perform visual inspection, accompanied by the CG Inspector, of all prepared surfaces.  Submit a CFR.

4.3.2  Lead dust cleaning and wipe sampling.  After satisfactory results of visual inspection, perform all tasks associated with lead dust cleaning and wipe sampling.

•·      Step 1 - Debris Removal:  Remove all gross debris, paint chips, etc. using either a vacuum with a HEPA filter and picking up chips or large pieces of contaminated debris by hand.

•·      Step 2 - Vacuum Cleaning:  Using a suitable HEPA vacuum, clean all affected surfaces, following the following guidelines:

•o   Begin cleaning with high areas first - with overhead surfaces and bulkheads working downward.

•o   Vacuum all surfaces in the compartment.

•o   Work in the direction furthest from the entry door toward it.

•·      Step 3 - wet cleaning: Following thorough HEPA vacuuming, wash all surfaces with any suitable cleaning detergent following the same cleaning pattern (high to low/ furthest from and toward entrance). Change the cleaning solution as it becomes dirty. Rinse all areas with a fresh cloth/mop. Do not reuse contaminated mops or cloths.

•·      Step 4 - Vacuum Cleaning:  Perform a HEPA vacuum again as specified in "Step 2".

•·      Step 5 - Waste Disposal:  Properly dispose of contaminated materials, in accordance with all applicable Federal, state, and local regulations. For hazardous waste the contractor will provide lab results and Government employee from the Environmental Branch MUST sign the HW Manifest copies (original and final) and Land Disposal Restriction (LDR) copies must be provided to Environmental Branch. For non hazardous waste the contractor will provide lab results and Government employee must sign the BOL/Manifest copies (original and final) must be provided to Environmental Branch. With the proposal the contractor shall provide to the Contracting Officer documentation that they have an agreement with an approved Hazardous and non hazardous disposal site.

NOTES

1. Work Smart, and Work Clean. DO NOT GENERATE DUSTS. It is easier to effectively clean an area when dusts are not being generated to resettle on previously cleaned areas! Worker exposures may be high during wet sweeping.

2 A wet/dry HEPA unit is ideal for working with hazardous dust clean up.

3. Lead-contaminated objects that are porous or materials that may suffer damage from water may not be able to be sufficiently decontaminated by these methods and should be discarded.

4.3.2.1  Visual inspection.  Conduct a visual inspection, in the presence of the Coast Guard Inspector, to ensure that none of the following is present.

•·         Visible coatings on any part of the substrate, including pitted areas.

•·      Dust.

•·      Cleaning material haze.

 

4.3.2.2 Clearance sampling. Upon acceptance of the visual inspection results by the COR, do the following:

 

4.3.2.2.1 Wipe sampling - lead dust. Conduct wipe sampling clearance testing, in accordance with ASTM 6966, as designated by the Coast Guard Inspector, in ten (10) total locations within the contained abatement area, but not on the bulkhead, to ensure that there exist no lead dust residues in excess of the below-listed concentrations, as specified below. Four (4) of the ten locations shall be 1ft x 1ft areas each along the deck fwd of the bulkhead and the remaining six (6) shall be on horizontal surfaces of a 4in x 4in area each.  Submit a CFR with sample results.  If any results are higher than the below-listed concentrations following abatement efforts, contractor shall clean affected areas and re-test until lead concentrations are lower than specified below.

•·         40 micrograms/square foot (mcg/ft 2) - for berthing and/or food preparation areas.

•·         200 micrograms/square foot (mcg/ft 2) -for all other areas.

4.3.2.2.1.1 Laboratory analysis.  Ensure that lead dust samples are analyzed by a laboratory certified by the National Lead Laboratory Accreditation Program (NLLAP) or the American Industrial Hygiene Association. Provide proof with the proposal that the Contractor has an agreement or the ability to use a certified laboratory for lead dust and paint samples. 

NOTE

For a listing of certified laboratories, go to www.aiha.org.

4.3.2.2 1.2 Additional wipe clearance testing.  Be aware that the Coast Guard reserves the right to coordinate additional wipe clearance testing, at no cost to the Contractor, to verify the sample results.

NOTE

All additional wipe clearance testing conducted by the Coast Guard must be witnessed by the Contractor, to verify where and how samples were collected - and thus, prevent contract disputes.

 

4.3.3 General Information

 

5.1 Schedule Period: The start date is January 7 th. The Contractor will have 30 consecutive days to complete all work including providing safe for occupancy documentation.


 


5.2 Quality Control: The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this Statement of Work.  The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services.  The Contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 


 


5.2.1 The Contractor shall submit, for Contracting Officer approval, a Quality Control Plan as part of its proposal.  The plan shall include, at a minimum, the following:


 


The quality control organizational structure.
A description of the methods of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable.
A description of the methods of documenting and enforcing quality control operations of Contractor, and any Subcontractor, work, including inspection and testing


 


5.2.2 Quality Control Reports:  The Contractor shall submit a copy of the daily Quality Control Reports to the COR at end of each working day.  The Quality Control Reports shall contain, at a minimum, information on the following:


 


Daily Log
Safety concerns
CFR from pre job sampling and post work sampling


 


5.3 Hours of Operation:  The United States Coast Guard Yard normal working hours are from 7:00 A.M. to 3:30 P.M., Monday thru Friday, except Federal holidays or when the Government facility is closed, due to local or national emergencies, inclement weather, administrative closings or similar Government directed facility closings. During the months of June thru August the Coast Guard Yard may switch to summer working hours which are 6:00 A.M. to 2:30 P.M Monday thru Friday. 

 

5.3.1 The Contractor shall maintain at all times an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed. 

 

5.3.2 To accommodate Yard work the contractor may be required to work outside of the normal working hours, nights from 1530 - 0600 and possibly on weekends.  Advance notice will be given, as much as practical. 


 


5.3.3 On days of inclement weather the Contractor shall call the U.S. Coast Guard Yard inclement weather hotline at (410) 636-7910, option #1 for that day's status.  If the U.S. Coast Guard Yard is closed the contract employees will not report for that day.  If there is a delayed opening the contract employees should report at that time specified in the announcement message. 

 

5.4  Place of Performance:  The work to be performed under this contract will be at the U.S. Coast Guard Yard, Curtis Bay Baltimore, MD 21226.

 


5.5 Security Requirements: The U.S. Coast Guard Yard, Baltimore, MD is a controlled access area. All contractors and subcontractors performing work on this contract shall utilize the RAPIDGate program. RapidGate manages the non-Common Access Credential (CAC) eligible vendor/contractor companies and their employees who require access to Coast Guard Yard, Baltimore. Vendor/contractor CAC eligibility has been restricted to only those who require physical access to Coast Guard yard and logical access to a DOD or DHS network or system. All Contractor employees are required to identify themselves with company identification on their hard hats and/or uniforms. Any Contractor employee, not following U.S. Coast Guard rules and regulations, will be removed from performance on this contract and may be barred from reentering the U.S. Coast Guard Yard.

 

Contractor employees shall not enter restricted areas in accordance with Yard security regulations or policies. Before Contractor employees can work at the Coast Guard Yard Facility, the Contractor shall complete a security investigation on all Contractor employees in connection to this contract. Any Contractor employee with a criminal back ground must get prior authorization before they can gain access to Coast Guard Yard Facility. Contractor shall provide for each employee to the Contracting Officer, the full name and any alias, address, city and state, and date of birth.

 

5.5.1 All working personnel shall have a TWIC or Rapidgate card to perform work at Coast Guard Yard Baltimore:

5.5.2 Physical Security: The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. 

 


5.5.3 Listing of Employees:  The Contractor personnel shall maintain a current listing of employees.  This list will include the employee's name, social security number, and date of birth.  The list shall be provided to the Contracting Officer and the Contracting Officers Representative (COR).  An updated listing shall be provided when an employee's status or information changes.


 


5.5.4 Reporting Requirements:  Contractor personnel shall report to an appropriate authority (Contacting Officer, COR, Ship Superintendant)  any information or circumstances of which they are aware may pose a threat to the security of U.S. Coast Guard personnel, Contractor personnel, resources, and classified or unclassified defense information.  The Contractor shall not substitute employee(s) without prior notification to the Contracting Officer and COR.  Contractor employees shall receive a full safety briefing by their immediate supervisor upon initial on-base assignment of all known hazards in areas that work shall be performed.


 

5.6 Occupational Safety and Health Standards:  The Contractor is required to follow 29 CFR 1915 (OSHA Shipyard Industry Standard), 16 CFR1303, 29 CFR 1910, 29 CFR 1915.1025, 29 CFR 1926.62, 15 U.S.C. 2601, while performing this work at the U.S. Coast Guard Yard.  The Contractor must provide all required personnel safety equipment for their employees, such as, but not limited to; safety helmet, safety glasses with side shields. All safety equipment must meet OSHA standards.  Failure of the Contractor employees to comply with the above requirements could result in a shutdown of operations.


 


5.6.1 Emergency Responses: The U.S. Coast Guard Yard has 24 hour first aid, spill response and fire protection available.  If necessary, the Contractor may call 410-636-3993 from non-Yard phones and extension 3000 from Yard phones for emergency situations.  The U.S. Coast Guard Yard will provide emergency first aid only.  Injuries must be reported immediately and followed up with a written report to the Contracting Officer Representative (COR).


 


5.7  ISO Qualifications:  Contractor shall comply with all the U.S. Coast Guard Yard International Organization for Standardization (ISO) 9001 Quality Management and ISO 14001 Environmental Management Systems certifications. ISO 14001 EMS training will be provided by the CG Yard. The Contractor may be periodically audited to ensure conformity to these certifications and standards.  In the event the Contractor creates an unsafe work environment and will cause yard work operations to cease, the Contractor will be held responsible and damages shall be assessed for the length of the work delay.


 

5.8 Post Award Conference/Periodic Progress Meetings:  The Contractor will agree to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart (FAR) 42.5. The contracting officer, COR, and other Government personnel, as appropriate, will meet before any work commences and may meet periodically with the Contractor to review the Contractor's performance and schedule.  Appropriate action shall be taken to resolve outstanding issues.  These meetings shall be at no additional cost to the government.


 


5.9. Contracting Officer's Representative (COR):  The COR will be identified by separate letter.  The COR will monitor all technical aspects of the contract and assist in contract administration. The COR is authorized to perform only those functions designated in the letter, issued by the Contracting Officer.  A letter of designation, issued to the COR (a copy of which will be sent to the Contractor), states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in performance dates.  The COR is not authorized to change any of the terms and/or conditions of the contract.  All contract changes that impact price or cost, quality of work and the performance schedule may only be approved or made by the Contracting Officer.


 


6.1. Key Personnel:  The Contractor shall provide a Supervisor who shall be responsible for the performance of the work.  The name of this person and an alternate who shall act for the Contractor when the Supervisor is absent shall be designated in writing to the Contracting Officer.  The Supervisor or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.  The Supervisor or alternate shall be available between 7:00 a.m. to 4:30 p.m., Monday thru Friday except when the Government facility is closed for administrative reasons.


 


6.1.0 Coordination with COR: The Contractor shall coordinate all work requirements, stated herein, with the Contracting Officer and the COR, the COR will communicate with the Supervisor to ensure adherence with the SOW.  There may be occasions in which the U.S. Coast Guard Yard will request the Contractor to cease work or move to a different location on the vessel due to U.S. Coast Guard Yard production requirements.


 


6.1.1 Damage to Government Property: The Contractor shall be held liable for any damage to government property caused by the Contractor.  The Contractor shall provide protective coverings on all vulnerable equipment and surfaces.  It shall be the responsibility of the Contractor to ensure that the covering is adequate.  Any concerns as to the adequacy of the coverings must be brought to the attention of the COR.  The Contractor shall inspect the area before work commences and may request a technical inspection from the COR, however such an inspection does not relieve the Contractor from responsibility for damage. 

 


4.  SITE VISIT:  All bidders are strongly encouraged to visit the site on 01/07/19 to verify any/all quantities before submitting bids, reservations for site visit are due by 01/04/19 at 1200hrs. Interested parties shall make arrangements for a site visit with Jonathon Whalen ENG2 <Jonathon.T.Whalen@uscg.mil>;

 

5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is Whalen, Jonathon T ENG2 <Jonathon.T.Whalen@uscg.mil>; .  Inquiries concerning any phase of the specification before or after award shall be made to Jonathan Whalen 410-636-3745.

 

6.  CONDITIONS AFFECTING THE WORK: The offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions, which can affect the cost of the work thereof.  Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work.  The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents.

 

7.  AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of the intended start date.  The work shall be done in accordance with the specification.

 

8.  ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modifies or otherwise affect the terms of this contract.

 9.  WORKMANSHIP:  All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades.  The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer.

 

10.  PERMITS:  The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work.  The contractor shall comply with all applicable federal, state and local laws.

 

11. CLEAN UP:  All trash and debris shall be removed from the site daily.  The job site shall be left in a clean and neat manner.

 

12. WORK OUTSIDE REGULAR HOURS:  If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the unit's regular hours, must submit their request in writing to the Contracting Officer's QAE Representative for approval consideration.  The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 

 

13. UPON COMPLETION OF WORK:  Contact the Contracting Officer's QAE Representative to arrange for inspection/acceptance of work.

 


14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES:


All contractors and subcontractors performing work onboard the Coast Guard YARD shall utilize the RAPIDGate Program (www.rapidgate.com) if repeat access to the CG Yard is required for seven (7) or more days annually. RAPIDGate manages the non-Common Access Credential (CAC) eligible vendor/contractor companies and their employees who require access to Coast Guard Yard, Baltimore.  Vendor/contractor CAC eligibility has been restricted to only those who require physical access to Coast Guard Yard AND logical access to a DoD or DHS network or system.


 


Costs incurred for delays at the gate due to the contractor's failure to comply with this requirement or to provide qualified, authorized personnel will not be reimbursed by the Government. Additionally, consideration may be negotiated for performance delays caused by the contractor's failure to comply with RAPIDGate requirements, or for delays caused by the disqualification of contractor employees.


 


Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle.  A valid state license plate and safety inspection sticker is required.  All vehicles operated on government property shall be maintained in a good state of repair. 

15. SAFETY REQUIREMENTS: 

 

a.   Responsibilities:

 

•(1)      All contractors working on CG Mobile Bay shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series).  Contractor written safety programs shall be reviewed by the Base Safety Office Jason Deyo 410-636-3773 prior to starting work.

 

•(2)      Written notification must be provided to the YARD Safety Officer ,  in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that changes or reduces the capability of fighting a fire or explosion.  Some examples of qualifying activities are: a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, and blocking of any egress routes or emergency vehicle routes.  Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Base Safety Officer.

 

•(3)      Copies of the following must be provided to the YARD Safety Office prior to starting work in affected areas:  Confined Space Entry Permits, Hot Work Chits, and Dig Chits.  Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work.  Hot work will only be conducted with permission and a fire watch must be posted during work.  A facility dig chit is required in addition to a Miss Utility dig chit. 

•(4)      Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a contractor on Mobile Bay.  A representative from CG YARD is required for all contractor Lock Out/Tag Out needs.

 

•b.      Rights:

 

•1.   Every employee working on the CG Yard has the right to a safe and healthy work place.  The contractor has the responsibility and right to stop unsafe work.  QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations.

 

16. ENVIRONMENTAL PROTECTION REQUIREMENTS: 

 

•a.       All contractors working on Mobile Bay shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series).  Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist Derrick Josey 410-636-7070, prior to starting work and must be in accordance with the Unit Environmental Guide.

 

•b.      Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on CG Yard. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. 

 

•c.       Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas:  Material Safety Data Sheets, permits, and notices of intent. 

 

•d.      Hazardous materials used by a contractor are required to be disposed of by that contractor.  Disposal must be in accordance with federal, state, and local guidelines.

 

 

 

 

 

 

 


 


QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO:  CHAD YEARWOOD at CHAD.A.YEARWOOD@USCG.MIL


 


 


 


 


52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items.   (Jul 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 and 108-78 (19 U.S.C. 3805 note)).


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


[Contracting Officer check as appropriate.]


__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (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 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)


X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).


__ (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 (Jul 2013) (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 Set-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 (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).


__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (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 (Nov 2016) of 52.219-9.


X__ (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-Subcon-tracting 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. 657 f).


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


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


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


__ (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). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)


__ (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 Televisions (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. 13693).


__ (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 (Oct 2016) (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 (Jul 2013) (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.


(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).


X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).


X__ (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) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


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


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


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


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


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


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


__ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).


(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 (Nov 2016) (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 (l) of FAR clause 52.222-17.


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


(vii) 52.222-26, Equal Opportunity (Sept 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 (May 2014) (41 U.S.C. chapter 67).


(xiii)


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


(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)


Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause."


Alternate II (Jul 2018). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows:


(d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to-


(i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and


(ii) Interview any officer or employee regarding such transactions.


(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-


(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and


(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-


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


(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).


(C) 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).


(D) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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.


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


(F) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).


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


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


(I) 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.


(J) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).


(K) ___(1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627).


___(2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).


(L) 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).


(M) 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).


(N) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989).


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


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


(Q)(1)52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).


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


(R) 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)


(S) 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.


(T) 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.


 


 


52.246-2 - Inspection of Supplies -- Fixed-Price (Aug. 1996)


(a) Definition. "Supplies," as used in this clause, includes but is not limited to raw materials, components, intermediate assemblies, end products, and lots of supplies.


(b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering supplies under this contract and shall tender to the Government for acceptance only supplies that have been inspected in accordance with the inspection system and have been found by the Contractor to be in conformity with contract requirements. As part of the system, the Contractor shall prepare records evidencing all inspections made under the system and the outcome. These records shall be kept complete and made available to the Government during contract performance and for as long afterwards as the contract requires. The Government may perform reviews and evaluations as reasonably necessary to ascertain compliance with this paragraph. These reviews and evaluations shall be conducted in a manner that will not unduly delay the contract work. The right of review, whether exercised or not, does not relieve the Contractor of the obligations under the contract.


(c) The Government has the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract.


(d) If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractor's or subcontractor's premises; provided, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples.


(e)


(1) When supplies are not ready at the time specified by the Contractor for inspection or test, the Contracting Officer may charge to the Contractor the additional cost of inspection or test.


(2) The Contracting Officer may also charge the Contractor for any additional cost of inspection or test when prior rejection makes reinspection or retest necessary.


(f) The Government has the right either to reject or to require correction of nonconforming supplies. Supplies are nonconforming when they are defective in material or workmanship or are otherwise not in conformity with contract requirements. The Government may reject nonconforming supplies with or without disposition instructions.


(g) The Contractor shall remove supplies rejected or required to be corrected. However, the Contracting Officer may require or permit correction in place, promptly after notice, by and at the expense of the Contractor. The Contractor shall not tender for acceptance corrected or rejected supplies without disclosing the former rejection or requirement for correction, and, when required, shall disclose the corrective action taken.


(h) If the Contractor fails to promptly remove, replace, or correct rejected supplies that are required to be removed or to be replaced or corrected, the Government may either


(1) by contract or otherwise, remove, replace, or correct the supplies and charge the cost to the Contractor or


(2) terminate the contract for default.


Unless the Contractor corrects or replaces the supplie

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP