The RFP Database
New business relationships start here

Preventive Maintenance and Repair services for Bruker Avance III 500 NMR System


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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. It is the Government's intent to issue a Firm Fixed Priced Purchase Order in accordance with FAR Part 13.

The solicitation number is FDA-1180587. This solicitation is issued as a Request for Quote (RFQ).


The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular 2005-95, dated January 19, 2017.


The appropriate NAICS code for the acquisition is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, Small Business Size standards $20.5 MIL. This requirement is being competed full and open competition.


Schedule of Supplies or Services and Prices/Costs


0001 Preventative Maintenance and Repair services for Bruker Avance III 500 NMR System (Serial Number: BH083708)and BCU II (Serial Number: Z123090-71)

Quantity: 12 Months
Unit Price: ____________________________
Extended Price: ____________________________



0002 Option Year 1, Preventive Maintenance and Repair services for Bruker Avance III 500 NMR System (Serial Number: BH083708) and BCU II (Serial Number:Z123090-71)

Quantity: 12 Months
Unit Price: ____________________________
Extended Price: ____________________________



0003 Option Year 1, Preventive Maintenance and Repair services Bruker Avance III 500 NMR System (Serial Number: BH083708)and BCU II (Serial Number:Z123090-71)

Quantity: 12 Months
Unit Price: ____________________________
Extended Price: ____________________________


Period of Performance: (Base Year + Two (2) 1-year Option Periods)


Base Year: 06/18/2017 thru 06/17/2018


Option Year 1: 06/18/2018 thru 06/17/2019


Option Year 2: 06/18/2019 thru 06/17/2020
.
Background:


The US Food and Drug Administration (FDA)/ Center for Biologics Evaluation and Research (CBER) requires a Preventative Maintenance services for a Bruker Avance III 500 NMR System (Serial Number: BH083708) and the sample cooling accessory BCU II (Serial Number: Z123090-71) The system is used for ongoing studies and experiments in evaluating the structure of bacterial polysaccharides and characterizing polysaccharide vaccines. This service agreement will maintain the instrument in a fully functional state allowing CBER work to continue without interruption. The instrument last service agreement was February 2017.


Performance Requirements:


• The Contractor shall include one (1) planned on-site visit for routine certification of the instrument per year.
• The Contractor shall provide corrective/remedial repair visits within 3-5 business days of call for service (for issues that can't be resolved remotely via phone or Internet).
• The Contractor shall provide unlimited technical support Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Eastern Time, and shall begin working on a solution to the problem within 8 business hours of contact for assistance.
• The Contractor shall include software and firmware updates.
• All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc.
• All maintenance and repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc.
• Service Records and Reports - the Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed.


Delivery Address (*FOB Destination):


US Food and Drug Administration
Center for Biologics Evaluation and Research (CBER)
10903 New Hampshire Avenue
Building 52/72, Room G434
Silver Spring, MD 20993-0002



Preventive maintenance and repair visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or opm.gov. Federal Holidays are as follows:


New Year's Day
Birthday of Martin Luther King, Jr.
Washington's Birthday
Memorial Day
Independence Day
Labor Day
Columbus Day
Veteran's Day
Thanksgiving Day
Christmas DayPreventive Maintenance and Repair Services


Contract Type: Commercial Item-Firm Fixed Price


The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) applies to this solicitation. The following addenda apply:


All questions shall be received via email to roosevelt.walker@fda.hhs.gov on or before 2:00 P.M. (CST) May 10, 2017.


It is the offeror's responsibility to monitor FedBizOpps for information relevant to this solicitation, e.g., questions and answers, amendments, etc.


An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.


Proprietary information shall be clearly marked.


Paragraph (b). The government is not responsible for locating or securing any information, which is not identified in the quote.


Offerors shall provide sufficient technical information necessary for the Government to conclusively determine that the offered services meet the technical requirements herein to include, if not the OEM, demonstrated and verifiable prior experience providing the same or near-same maintenance, repair, and support activities for this OEM equipment to include a verifiable established supply chain with that OEM for specifications, manuals, bulletins, software and firmware updates, parts, components, subassemblies, etc.


Offeror's past performance will be evaluated based on the recency (within the last 3 years) and relevancy (brand, type, model of equipment serviced) of the information provided to determine the likelihood of success in performing the solicitation's requirement as indicated by that offeror's record of past performance. Identify company name, point of contact name, and telephone number for each contact.


It is absolutely essential that Offeror quotes contain sufficient, Technical Capability data/literature,
Past Performance information and price details to unequivocally demonstrate:


1. A technical data/literature that addresses fully the stated requirements and that clearly demonstrates the capability to deliver the required services;
2. A recent (within the last 3 years) and relevant past performance record for the service at issue. Include a brief description of service performed, contract number(s), client points of contact names, and client
points of contact email addresses and phone numbers.
3. The Government reserves the right to look to other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.) to use in the evaluation.


The price proposed shall represent the offeror's response to the schedule off supplies/services above.


The provision at 52.212-2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The following addenda apply:


The government intends to award a firm‐fixed‐price order resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors shall be used to evaluate offers:


1. Technical Capability
2. Past Performance; and
3. Price


Technical Capability and Past Performance are equally more important when compared to price.


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


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


(End of provision)



The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017),
applies to this acquisition.


The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.


This solicitation is being issued under the premise that the Contractor will certify that the services are exempted from the Service Contract Act per the conditions set forth in FAR 52.222‐53 & FAR 22.1006(e)(4). If this is the case and Contractor certifies exemption under the terms and conditions of
52.222‐48, then clause 52.222‐53 will flow per usual from this solicitation to the resulting order. In the
event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.2222‐
41 and 52.2222‐43 shall be included in the resulting order award as well as Wage Determination WD 15-4269 (Rev.-1) (first posted on February 24, 2017) https://www.wdol.gov/wdol/scafiles/std/15-4269.txt?v=1


 FAR CLAUSE 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)


(a) The offeror shall check the following certification:


CERTIFICATION


The offeror [ ] does [ ] does not certify that-
(1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations;
(2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment.
(i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public.
(ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and
(3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.
(b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Labor Standards statute-
(1) Will not apply to this offeror, then the Service Contract Labor Standards clause in this solicitation will not be included in any resultant contract to this offeror; or
(2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis.
(c) If the offeror does not certify to the conditions in paragraph (a) of this provision-
(1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, will not be included in any resultant contract awarded to this offeror; and
(2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation.
(d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision.
(End of provision)


The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following addenda apply:


Inspection and Acceptance:


The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the Technical Point of Contact (TPOC) specified in the award. If the supplies or services are acceptable, the TPOC shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the TPOC shall document the nonconforming items/services and immediately notify the Contracting Officer.


The TPOC is responsible for:


(1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements;
(2) Interpreting the statement of work and any other technical performance requirements;
(3) Performing technical evaluation as required;
(4) Performing technical inspections and acceptances required by this contract and;
(5) Assisting in the resolution of technical problems encountered during performance.


The following Technical Point of Contact (TPOC) will represent the Government for the purpose of this contract (To be provided upon contract award):


Name:
Email address:
Phone:
Mailing Address:


The contact information for the Contract Specialist:


Name: Roosevelt. Walker
Email Address: roosevelt.walker@fda.hhs.gov
Phone: (870) 543-7405
Mailing Address: 3900 NCTR Road, HFT-30, Rom 432
Jefferson, AR 72079


Invoice Submission:


A. The contractor shall submit all invoices to:


U.S. FOOD AND DRUG ADMINISTRATION
ATTN: OC/OO/OFBA/OFM/Division of Payment Services
3900 NCTR Rd., HFT-324
Bldg. 50, 6th Floor, Suite 616
Jefferson, AR 72079
nctrinvoices@fda.hhs.gov
Phone: 870.543.7042 or 7446


*** Acceptable methods of delivery include: E-mail (preferred) and Standard Mail.


B. Invoices submitted under this contract must comply with the requirements set forth in FAR Clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment by Electronic Funds Transfer - System for Award Management) and/or other applicable FAR clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following:


(i) Name and address of the contractor;


(ii) Invoice date and invoice number;


(iii) Contract/Order number (including a reference to any base award for Indefinite-Delivery/Indefinite-Quantity Contracts or Blanket Purchase Agreements);


(iv) Description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including:
(a) period of performance for which costs are claimed;
(b) itemized travel costs, including origin and destination;
(c) any other supporting information necessary to clarify questionable expenditures;
(d) the contractor shall include the Contract Line Item/Funding line item for each description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed;


(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading;


(vi) Terms of any discount for prompt payment offered (Prompt Payment terms other than NET 30);


(vii) Name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment)
(viii) Name, title, and phone number of person to notify in event of defective invoice;


(ix) Taxpayer Identification Number (TIN);


(x) Electronic funds transfer (EFT) banking information, including routing transit number of the financial institution receiving payment;


(xi) Name and telephone number of the FDA Contracting Officer Representative (COR) or other Program Center/Office point of contact, as referenced on the award;


(xii) For all Time-and-Materials and Labor-Hour Awards, Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes:
(a) List of all invoices submitted to date under the subject award, including the following:
(1) Invoice number, amount, & date submitted
(2) Corresponding payment amount & date received
(b) Total amount of all payments received to date under the subject contract or order
(c) and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance;


(xiii) Any other information or documentation required by the award.


C. An electronic invoice is acceptable if submitted in adobe acrobat (PDF) format. All items listed in (i) through (xiii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing.


D. Questions regarding invoice payments should be directed to the FDA Payment Office at the e-mail address provided above in Section A.



Payments


Payments will not be made more frequently than monthly in arrears. Advance payments will not be made.


Payment will be made by:


FDA/OC/OA/OFO/OFS
ATTN: Division of Payment Services
3900 NCTR Road, HFT - 324
Building, 50, 6th Floor, Suite 616
Jefferson, AR 72079
Phone: (870) 543-7446
Fax: (870) 543-7224
nctrinvoices@fda.hhs.gov


The following FAR and HHSAR provisions and clauses, incorporated by reference, apply to this acquisition and can be obtained at https://www.acquisition.gov/far/
and http://farsite.hill.af.mil/VFHHSAR1.htm.


FAR Clause
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.217-9 Option to Extend the Term of the Contract (Mar 2000)


(a) "...within one (1) calendar day of contract expiration;....at least 30 calendar...."
(c)"...shall not exceed 3 years."


HHSAR Clause
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
352.223-70 Safety and Health (Dec 2015)
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders-Commercial Items (Jan 2017)


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


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


(4) 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).


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


__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (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.


_X_ (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]


__ (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.


__ (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 (Oct 2016) (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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


__ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).


__ (37)(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.)


__ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).


__ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).


__ (40)(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.


__ (41)(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.


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


__ (43)(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_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).


__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).


__ (46) 52.223-21, Foams (Jun 2016) (E.O. 13693).


__ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).


__ (ii) Alternate I (JAN 2017) of 52.224-3.


_X_ (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).


__ (49)(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.


__ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).


_X_ (51) 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).


__ (52) 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).


__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).


__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).


__ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).


__ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).


_X_ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).


__ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).


__ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).


__ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).


__ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)).


__ (62)(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).


__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (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) (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).


_X_ (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) 52.219-8, 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.


(iv) 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.


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


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


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


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


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


(x) 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.


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


(xii)
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).
(xiii) 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).


(xiv) 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).


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


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


(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016)).


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


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


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


(xxi) 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).


(xxii) 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.


(xxiii) 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)



All responsible sources may submit a quote, which if timely received, shall be considered. The
quote shall reference solicitation number FDA-1180587. The quotes are due in person, by postal
mail or email to the point of contact listed below on or before May 19, 2017, by 12:00 pm (CST) at the Food and Drug Administration; OO/OFBA/OAGS/DAP/FOB; Attn: Roosevelt. Walker; 3900 NCTR Road, HFT‐320; Bldg. 50, Rm. 429; Jefferson, AR 72079


For information regarding this solicitation, please contact Roosevelt Walker at (870) 543-7405 or by email: roosevelt.walker@fda.hhs.gov.


ROOSEVELT D. WALKER, Contract Specialist, Phone 8705437405, Fax 8705437990, Email roosevelt.walker@fda.hhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP