The RFP Database
New business relationships start here

Recreation Janitorial Services at 18 Recreation Sites


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

March 8, 2018 at 4:30 PM ET
e-mail to fmorman@fs.fed.us
Fax Copies will not be Accepted

All Contractors must be registered in SAM.gov prior to award


Recreational Janitorial Services at 18 Recreation Sites

DUNS#____________________________


Email ______________________________


All Contractors must be registered in SAM.gov prior to award.


PRE-BID/PRE-PROPOSAL CONFERENCE (FEB 1988)
Scheduled for February 15 11:00 a.m. DeSoto Falls Recreation Area


TABLE OF CONTENTS


SECTION B - Supplies or Services and Prices/Costs Schedule of Items --------------------------- 4-9
SECTION C - Description/specifications/Statement of Work ---------------------------------------- 10-25
SECTION D - Packaging and Marking ------------------------------------------------------------------- 26
SECTION E - Inspection and Acceptance ---------------------------------------------------------------- 26
SECTION F - Deliveries or Performance ----------------------------------------------------------------- 26
SECTION G - Contract Administration Data ----------------------------------------------------------- 27
SECTION H - Special Contract Requirements ---------------------------------------------------------- 28
SECTION I - Contract Clauses ----------------------------------------------------------------------------- 29-35
SECTION J - List of Documents, Exhibits, and Other Attachments -------------------------------- 36-45
SECTION K - Representations, Certifications, and Other Statements of Offerors -------------- 46-62
SECTION L - Instructions, Conditions, and Notices to Offerors or Respondents ----------------63-65
SECTION M - Evaluation Factors for Award ----------------------------------------------------------- 65


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 



PART I-THE SCHEDULE
SECTION B-SUPPLIES OR SERVICES
RECREATIONAL JANITORIAL SERVICES
BLUE RIDGE RANGER DISTRICT
CHATTAHOOCHEE NATIONAL FOREST


 


B.1. This solicitation will result in a Performance Based-- Firm Fixed Priced contract.


B.2. Period of Award- Base Year with 2 Option Years


Estimated, Base Year -PEAK SEASON- March 24, 2018-October 31, 2018
Base Year- OFF SEASON-November 3, 2018-March 16, 2019
Option Year 1-PEAK SEASON-March 24, 2019-October 31, 2019
Option Year 1-OFF SEASON-November 3, 2019-March 16, 2020
Option Year 2-PEAK SEASON- March 24, 2020-October 31, 2020
Option Year 2-OFF SEASON-November 3, 2020-March 16, 2021


B.3. You must provide a Quote for the Base Year and all Option Years to be considered.


 


 


 


 


 


 


 


 


 


 


 


 



Schedule of Items
BASE YEAR
PEAK SEASON BID SCHEDULE
March 24, 2018 to October 31, 2018
Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area
EXAMPLE $25 1 32 $800
TALLULAH RIVER 2 32
TATE BRANCH 2 32
SANDY BOTTOMS 2 32
UPPER CHATT 1 32
LOW GAP 1 32
ANDREWS COVE 1 32
WILD CAT I 1 32
WILDCAT II 1 32
WILLIS KNOB 1 32
SARAHS CREEK 1 32
OVERFLOW 1 32
FRADY 1 32
OAKEY 1 32
PANTHER CREEK 2 32
WARWOMAN DELL 1 32
MT YONAH 2 32
RAVEN CLIFFS 2 32
DUKES CREEK 2 32





CONTRACT TOTAL 26 32


 


 


 


 


 


 


 


 


Schedule of Items
BASE YEAR
November 3, 2018 to March 16, 2019


OFF- SEASON BID SCHEDULE
Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area
EXAMPLE $25 1 20 $800
TALLULAH RIVER 1 20
TATE BRANCH 0 20
SANDY BOTTOMS 0 20
UPPER CHATT 1 20
LOW GAP 1 20
ANDREWS COVE 0 20
WILD CAT I 1 20
WILDCAT II 1 20
WILLIS KNOB BI-WEEKLY 20
SARAHS CREEK 1 20
OVERFLOW BI-WEEKLY 20
FRADY BI-WEEKLY 20
OAKEY BI-WEEKLY 20
PANTHER CREEK 2 20
WARWOMAN DELL BI-WEEKLY 20
MT YONAH 2 20
RAVEN CLIFFS 2 20
DUKES CREEK 2 20





CONTRACT TOTAL 17.5 20


 


 


 


 


 


 



Schedule of Items
OPTION YEAR 1
March 24, 2019 to October 31, 2019


PEAK SEASON BID SCHEDULE
Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area
EXAMPLE $25 1 32 $800
TALLULAH RIVER 2 32
TATE BRANCH 2 32
SANDY BOTTOMS 2 32
UPPER CHATT 1 32
LOW GAP 1 32
ANDREWS COVE 1 32
WILD CAT I 1 32
WILDCAT II 1 32
WILLIS KNOB 1 32
SARAHS CREEK 1 32
OVERFLOW 1 32
FRADY 1 32
OAKEY 1 32
PANTHER CREEK 2 32
WARWOMAN DELL 1 32
MT YONAH 2 32
RAVEN CLIFFS 2 32
DUKES CREEK 2 32





CONTRACT TOTAL 26 32


 


 


 


 


 


 


 



Schedule of Items
OPTION YEAR 1
November 3, 2019 to March 16, 2020


OFF- SEASON BID SCHEDULE
Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area
EXAMPLE $25 1 20 $800
TALLULAH RIVER 1 20
TATE BRANCH 0 20
SANDY BOTTOMS 0 20
UPPER CHATT 1 20
LOW GAP 1 20
ANDREWS COVE 0 20
WILD CAT I 1 20
WILDCAT II 1 20
WILLIS KNOB BI-WEEKLY 20
SARAHS CREEK 1 20
OVERFLOW BI-WEEKLY 20
FRADY BI-WEEKLY 20
OAKEY BI-WEEKLY 20
PANTHER CREEK 2 20
WARWOMAN DELL BI-WEEKLY 20
MT YONAH 2 20
RAVEN CLIFFS 2 20
DUKES CREEK 2 20





CONTRACT TOTAL 17.5 20


 


 


 


 


 


 


 



Schedule of Items
OPTION YEAR 2
March 24, 2020 to October 31st, 2020


PEAK SEASON BID SCHEDULE
Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area
EXAMPLE $25 1 32 $800
TALLULAH RIVER 2 32
TATE BRANCH 2 32
SANDY BOTTOMS 2 32
UPPER CHATT 1 32
LOW GAP 1 32
ANDREWS COVE 1 32
WILD CAT I 1 32
WILDCAT II 1 32
WILLIS KNOB 1 32
SARAHS CREEK 1 32
OVERFLOW 1 32
FRADY 1 32
OAKEY 1 32
PANTHER CREEK 2 32
WARWOMAN DELL 1 32
MT YONAH 2 32
RAVEN CLIFFS 2 32
DUKES CREEK 2 32





CONTRACT TOTAL 26 32


 


 


 


 


 


 


 


 


Schedule of Items
OPTION YEAR 2
November 3, 2020 to March 16, 2021
OFF- SEASON BID SCHEDULE
Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area
EXAMPLE $25 1 20 $800
TALLULAH RIVER 1 20
TATE BRANCH 0 20
SANDY BOTTOMS 0 20
UPPER CHATT 1 20
LOW GAP 1 20
ANDREWS COVE 0 20
WILD CAT I 1 20
WILDCAT II 1 20
WILLIS KNOB BI-WEEKLY 20
SARAHS CREEK 1 20
OVERFLOW BI-WEEKLY 20
FRADY BI-WEEKLY 20
OAKEY BI-WEEKLY 20
PANTHER CREEK 2 20
WARWOMAN DELL BI-WEEKLY 20
MT YONAH 2 20
RAVEN CLIFFS 2 20
DUKES CREEK 2 20





CONTRACT TOTAL 17.5 20


 


 


 


 


 



SECTION C-SCOPE OF WORK
CHATTAHOOCHEE NATIONAL FOREST
BLUE RIDGE RANGER DISTRICT
RECREATIONAL JANITORIAL SERVICES



C.1. Scope of Work


The contractor shall provide all supervision, labor, transportation, equipment, services, temporary closure signs (to be posted while cleaning) and supplies, necessary to perform janitorial services on the Chattooga River Ranger District Recreation Sites in accordance with the Statement of Work, terms and conditions of this Request for Quote and the terms and conditions of the resultant contract.


C.2. Statement of Work


Perform janitorial services on recreational sites listed in Section C. The contractor shall perform all Tasks to a level of Standard stated in QUALITY STANDARDS in Section C. Definitions are identified in Section C. There will be the need for additional days of services for Holidays listed in Section C.


C.3. Material Safety Data Sheets


Upon request of the Government Authorized Representative, the Contractor shall submit a list with the names of the manufacturer, the brand name, and intended use of each of the cleaning chemicals or agents intended for use in the completion of the work. Contractor must provide the MSDS sheets for any chemicals, cleaners, etc. and toilet tissue, etc., shall be of a type and style which will be compatible with dispensers already installed in the building. The products must also meet the Environmental Requirements included as part of this document.


C.4. Start Work


Base Year, estimated start date is March 24, 2018


C.5. PRE-BID Meeting


Scheduled for February 15 11:00 a.m. Chattooga River Ranger District Office- Meeting is Mandatory.


 


 


 


 


 


 


C.6. Project Locations/Recreational Sites


RECREATION SITE LOCATION
TALLULAH RIVER CAMPGROUND Take U.S. 76 west from Clayton for 8 miles; turn right (north) on Persimmon Road for 4.2 miles; turn left (northwest) on Forest Service Road 70 for 4 miles.
TATE BRANCH CAMPGROUND Take U.S. 76 west from Clayton for 8 miles; turn right (north) on Persimmon Road for 4.2 miles; turn left (northwest) on Forest Service Road 70 for 4.5 miles.
SANDY BOTTOMS CAMPGROUND Take U.S. 76 west from Clayton for 8 miles; turn right (north) on Persimmon Road for 4.2 miles; turn left (northwest) on Forest Service Road 70 for 4.6 miles.
UPPER CHATT CAMPGROUND Take Georgia 75 north from Helen for approx. 8 miles. Just beyond mile marker 15 turn left onto the graveled Chattahoochee River Road and follow for 5 miles.
LOW GAP CAMPGROUND From Helen, GA, head north on GA-17 N/GA-75 N/N Main St/Unicoi for 1.3 mi. Turn left onto GA-75 Alt N and go 0.1 mi. Take the 1st right onto Chattahoochee River Rd. and go 4.4 miles to the Low Gap Campground on the left.
ANDREWS COVE CAMPGROUND Take GA 75N from Helen for 5 miles. Turn Rt. at Andrews Cove Recreation Area.
WILD CAT I CAMPGROUND From Clayton, GA, take U.S. Rt. 76 west for 9.7 miles to State Rt. 197. Turn left onto Rt. 197 and go 5.1 miles to Wildcat Rd. (Forest Rt. 26). Turn right onto Wildcat Rd. and go 2.8 miles to campground.
WILDCAT II CAMPGROUND From Clayton, GA, take U.S. Rt. 76 west for 9.7 miles to State Rt. 197. Turn left onto Rt. 197 and go 5.1 miles to Wildcat Rd. (Forest Rt. 26). Turn right onto Wildcat Rd. and go 3 miles to campground.
WILLIS KNOB CAMPGROUND From Clayton, go east on Warwoman Road for 11.6 miles. Turn right on Forest Service Road 157, camping area is about 2 miles on the left
SARAHS CREEK CAMPGROUND From Clayton, go east on Warwoman Road for 11.6 miles. Turn left on Forest Service Road 156. Sarah's Creek camping area is about 2 miles on the left and right.
OVERFLOW/WESTFORK CAMPGROUND From Clayton, GA, head east on Rickman Dr. for 0.5 mile. Turn right onto Warwoman Rd. and go 13.2 miles. Turn left onto Overflow Creek Rd. (Forest Service Road 86) and go 1.0 mile to the West Fork Campground.
FRADY BRANCH TRAILHEAD From Gainesville, GA Take GA-365 N/US-23 N for 28.7 miles. Follow signs towards Toccoa and Lavonia onto GA-365 N/US-123 and go 6.3 miles GA-184 S/.
Turn right onto GA-184 S/Dicks Hill Parkway and go 0.3 mile. Turn left onto GA-184 S (Homer Highway) and go 2.8 miles to the Frady Branch entrance on the right.
OAKEY MYN TRAILHEAD From Clayton, GA take US-76 west for 7.0 miles.
Turn left onto Charlie Mtn. Rd. and go 3.6 miles.
Turn right onto Bridge Creek Rd. and go 2.0 miles.
Turn right onto Burton Dam Rd. and go 1.6 miles.
Turn left onto Forest Service Road 161 and arrive at Oakey Mountain OVH trailhead.
PANTHER CREEK DAY USE from the Chattooga River Ranger office in Lakemont, travel south on US 441 for 3.5 miles to Historic 441 and turn Rt. Continue on Historic 441 for approx. 1.5 miles. The Panther Creek Recreation Area will be on the right.
WARWOMAN DELL DAY USE From Clayton, go east on Warwoman Road for about a mile. Warwoman Dell is on your right
MT YONAH TRAIL HEAD From Cleveland, Georgia go north on 75 to right on to Bell Road.Take the first left on Chambers Road to gravel road on left. Follow signs to Mt. Yonah.
RAVEN CLIFFS TRAILHEAD From Cleveland Ga, take Hwy 129 North out of Cleveland approx 5 miles to Alt. 75. Go west on Alt 75 for approx 4-5 miles to Hwy 348 (Richard Russell Scenic Hwy) Go North approx 3-4 miles to Trialhead on Right.
DUKES CREEK TRAILHEAD Take GA 75 north from Helen Georgia for 10 miles to its junction with GA 356 and Alternate 75. At the bridge, cross the Chattahoochee River and go 2.2 miles to the Richard Russell Scenic Highway. Turn right and go 2 miles to the Dukes Creek Falls Recreation Area sign.


C.7. Tasks/Quality Standards




TASK STANDARD PERFORMANCE ASSESSMENT
1.) Restrooms - Pressure Wash and disinfect surfaces and fixtures to include: toilets, toilet seats, urinals, plumbing fixtures, corners and crevices. Sanitize floors, clean interior walls, windows, ceilings, baseboards. Clean push/pull plates, kick bars, and door knobs. Restrooms visually free of dust and dirt, food waste, debris, trash, streaks and smudges. Surfaces and fixtures shall maintain a high level of luster and shall be free of dust, spots, stains, rust, mold, incrustations, excess moisture and spider webs. Remove all graffiti from walls back to its original look.


*Government Inspections
Customer complaint (No more than
3 customer complaints are received and substantiated by the COR per calendar month).
2.) Restrooms - Replenish supplies to include toilet paper. All toilet paper holders will be stocked to capacity.
3.) Bathrooms-Pressure Wash exterior surfaces of building and sidewalks All exterior surfaces including walls, doors, screens, windows and sidewalks will be free of mold, leaves, mildew, and any foreign debris.
4.) Pressure Wash Trash Receptacles All trash receptacles will be pressure washed inside and outside to remove mold, mildew, dirt, markings, offensive odors, and graffiti once a month. *
5.) Pumping and Maintenance-
vault toilets
The toilet holding tanks will require pumping before the waste reaches 12 inches from the bottom of the riser. The contractor will call the COR 24 hours before the tank is scheduled to be pumped. After a vault is completely pumped and sides rinsed thoroughly; add a minimum of 100gals of water and 1gal of Chempace PowrXTREME odor neutralizer (or equivalent) to each vault. *Government Inspections
Customer complaint (No more than
3 customer complaints are received and substantiated by the COR per calendar month).
6) Pumping and Maintenance-chemical toilets Remove Trash from tank to prevent clogging of drain lines
Clean Tank
Odor Neutralize at each cleaning. The holding tanks will require pumping before the waste reaches 12 inches from the bottom of the riser. The contractor will call the COR 24 hours before the tank is scheduled to be pumped.
Contractor is responsible for clearing clogged lines. The toilet holding tanks will require pumping before the waste reaches 12 inches from the bottom of the riser. The contractor will call the COR 24 hours before the tank is scheduled to be pumped.
7.) Odor Control


 


 


 


 


 


 


 


 


 



Odor Control cont. Add (approximately 16 ounces) of Chempace PowrXTREME odor neutralizer or equivalent to each vault at each toilet cleaning, following manufacture's recommendations to alleviate offensive odor.
Alternatives may be approved if they meet the following criteria:
-formaldehyde free toilet treatment
-complete odor control in the most extreme conditions and temperatures


-assist in breaking down waste and scale build up in the holding tank
-100% biodegradable
DO NOT DILUTE PRODUCT PRIOR TO ADDING TO VAULT.
*Government Inspections
Customer complaint (No more than
3 customer complaints are received and substantiated by the COR per calendar month).


 


 


 


 


 


 


 


 


 


8.) Trash-Remove trash from garbage cans and immediate area.


Replace garbage can liners. Pick-up litter within a 15' perimeter of facility (including all buildings and trash bins). Empty all trash receptacles and replace with a new liner appropriate for the particular sized container. It is the contractor's responsibility to dispose of the garbage at a recycling center of their choice at the contractor's expense. *Government Inspections
Customer complaint (No more than
3 customer complaints are received and substantiated by the COR per calendar month).
9.) Non-compliance issues and invoicing procedures. The contractor must take corrective action within 24 hours of a non-compliance order. If the action is not corrected within this time frame, the contractor will be held liable for the corrective costs incurred by the US Forest Service. Refer to the acceptable quality level/deduction in C.12.1


 


 



C.8. Quality Standards/Tasks


The Contractor will ensure that all work requested under this contract, shall meet all quality and performance standards. The outcome of all cleaning is to present an overall appearance of cleanliness. The Contractor shall provide all labor and oversight to ensure all standards are successfully achieved.


(1) The following standards describe the outcome of results of cleaning tasks that have been completed to meet the standard.
(2) The Contractor will develop strategies to make changes, as necessary, to ensure that the most efficient and effective method of cleaning is being used to optimize results of the cleaning.
(3) "Clean" will be defined as removing dirt, water streaks, mop marks, mop strands, gum, grease, tar, or another extraneous matter from all surfaces or objects.


C.9. Definitions


Sweep Floors - Sweep floors so there is no evidence of mud, dirt, dust, etc.


Mop Floors - Mop floors with disinfectants so there is no evidence of mud, dirt, dust, etc.


Clean Toilets - Clean toilets, seats and risers with a disinfectant bowl cleaner.


Clean Doors and Partitions - Clean doors and partitions with disinfectant cleaner.


Clean Hardware - Clean push/pull plates, kick bars, door knobs, plumbing fixtures, etc.


Replenish Toilet Paper - Replace toilet paper as needed so as not to run out between cleanings.


Broom Eves and Over-head - Remove spider webs and debris from outside eves and all
over-head area inside buildings


Empty Trash Receptacles - Empty all trash receptacles and replace with new liner;
Disposal of trash will be the contractor's responsibility; Wash/scrub the inside and outside of each trash receptacle monthly to maintain odor free containers. TRASH COLLECTED IS NOT TO BE DISPOSED OF IN FOREST SERVICE DUMPSTERS AT OTHER SITES.


Grounds Cleaning - Pick-up litter within a 15' perimeter of facility (including all buildings and trash bins).
Replenish Water- Add water in each vault per cleaning to sufficiently keep solids under surface of water to assist in controlling flies and odors. After each vault has been pumped, a minimum of 80-100 gallons of water must be added to each vault.


Clean Building Exterior- Once a month, pressure wash sidewalks and exterior of building, so there is no evidence of mud, dirt, dust, mold, etc.


Pump Vaults/Tanks- Arrange to have vaults/tanks pumped and replenish water immediately after pumping. Vaults/tanks should be pumped when solids are within 12 inches of the bottom of the toilet riser. Contractor should contact COR 24 hours before pumping.

Clean - Clean shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris, and other residue.


Safety Conditions Contractor shall use only chemicals which are environmentally safe. The Contractor shall furnish and display caution signs to be used when cleaning floors where people other than contractor personnel are present before the floors are dry.


Contracting Officer - The Contracting Officer is a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer.


Contractor - The term Contractor as used herein refers to both the prime contractor and any sub-contractors. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract.


Contractor Representative - A foreman or superintendent assigned to represent the Contractor


Disinfect - Cleaning in order to destroy any harmful microorganisms by application of an approved chemical agent.


Waste Containers - Waste container are defined as trash receptacles, waste baskets, trash cans, wastepaper baskets, ash trays, or any container holding trash, paper, or refuse of any type.


Twice weekly (TW) - Services performed twice during a 7 day period, such as Monday and Thursday or Tuesday and Friday.


C.10. Holidays


Additional days will be needed during what are considered heavy use periods. These will be on Saturday, directly related to a corresponding Holiday. Ravens Cliffs, Dukes Creek, MT Yonah and Panther Creek will require the extra day for holiday cleaning.


May - Memorial Day (Monday)
July - Independence Day (Tuesday)
September - Labor Day (Monday)



Cleaning times will be restricted from 10:00 pm until 7:00 am, due to Quiet Hours in developed recreation areas.
For more information or directions, contact Jill Davis at 706-745-6221


C. 11. Quality Control Plan


The Contractor shall submit a detailed Quality Control Plan (QCP) with its Quote. The plan will be site specific and will inform the Forest Service how the work, oversight, project management, and follow-up will be performed in this contract to ensure compliance with all requirements. The QCP will be evaluated as part of the technical proposal.


The Contractor will be required to submit a final version of the quality control plan within 30 calendar days after contract award.


The QCP is intended to provide a structured process and detailed operations plan that will help the Contractor manage the project and identify any deficiencies before the performance becomes unacceptable.


The QCP should include, but not be limited to, the following:


a. Detailed operations plan that demonstrates methods of meeting the tasks and standards, project management, inspections, plan implementation, process improvement changes, correction of deficiencies, and green cleaning compliance with a list of biobased products.


The quality control plan must be kept current at all times to reflect all contract modifications, changes to the buildings, and changes in plan. If anything in the plan is revised, the plan must be physically updated, and the changes are to be reported to the COR. Changes must be approved by the Contracting Officer.


The Contractor shall review the QCP with the COR and the Contractor's employees annually so that all parties agree and understand what is expected.


The CO and the COR will receive a copy of the most current quality control plan and all updates when they are made. The Contractor must keep a copy on file.


Anytime the Contractor is not meeting contracting requirements, it must correct the deficiencies immediately in a manner that is likely to prevent reoccurrences. If changes cannot be made immediately, the Contractor must inform the COR of the projected timeline for the changes.


C. 12. Quality Assurance Surveillance Plan


The objective of the quality assurance surveillance plan is to reduce the risk to both the Government and the Contractor when problems arise, and to provide a disciplined process for evaluating the Contractor's performance in order to determine conformity with the requirements of the contract and resolve problems with performance.


C.12.1. Acceptable Quality Level/Deductions


The allowable leeway from a standard that can occur before the Government will reject the specific service.
AQL = 90%


A deduction of up to $400.00 will be incurred by the contractor per incident or issue depending on the level of non-compliance listed in QUALITY STANDARDS.

C.12.2. Performance Assessments


The tasks completed by the Contractor will be evaluated in terms of how well the requirements of the contract are satisfied. The COR will perform inspections on the tasks to ensure there is a match between actual and expected performance. If there are discrepancies, the COR will communicate performance concerns to the Contractor, and follow through to ensure performance gaps are closed. The Contracting Officer will be kept in the loop often in terms of the inspection findings and means to resolve identified performance concerns.


C. 12.3. Method of Surveillance


The government, through the COR, will be monitoring the contractor's performance on a continuous basis. The method(s) of surveillance for each task, will be a combination of-
(1) Inspection
(2) Customer Complaints


 


C. 12.4 Corrective Action


When performance is deficient, the Contractor shall be promptly notified by the COR and a system should be established to track corrective action.


If the desired results are not achieved, the COR shall notify the Contracting Officer to assist in a corrective action. The Contracting Officer will set up a time frame for corrective action and re-inspection.


Should Contractor performance fail to meet performance standards stated in the Quality Assurance Plan Performance Requirements Summary, deductions will be made, as stated.


C. 12.5. Consequences of Unsatisfactory Performance


Unsatisfactory contract performance may result in rejection of work by the Contracting Officer/Contracting Officer's Representative, under the terms of FAR clause 52.246.-4, "Inspection of Services-Fixed Price", including reductions in contract payments, where warranted, as specified in the QASP. However, the Government reserves the right to exercise other remedies stipulated in the clause, where reductions in payment in the QASP either do not apply or are otherwise insufficient to correct failure(s) to perform to standard.


C.13. Bio Based Products


The Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening FederalEnvironmental, Energy, and Transportation Management," and the Federal Acquisition Regulation to provide biobased products.


The Contractor shall utilize products and material made from biobased materials (e.g.,biobased greases, biobased hydraulic fluids, biobased absorbents) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR).


The following is an example list of products that may be used in this contract for custodial services for which biobased products are available. The list is not all inclusive. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications.
All purpose cleaner Degreaser/cleaner
Heavy duty cleaner Deodorizer
Carpet shampoo Floor finish
Gum remover Floor finish restorer
Version 2 December 2007 2
Disinfectant sanitizer Floor sealer
Extraction fluid Furniture polish
Floor stripper Glass cleaner
Neutral cleaner (liquid) Grout sealer
Stain remover Stainless steel polish
Air freshener including dispenser Toilet bowl cleaner
Bathroom cleaner White board cleaner
Brass polish/cleaner Wood floor cleaner
Chrome polish/cleaner Laundry detergent
Liquid hand soap including dispenser Cream cleaner
Lime and scale remover (tub and tile cleaner) Solvent
Biobased products that are designated for preferred procurement under USDA's BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor should provide data for their biobased products such as biobased content. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products.The Contractor shall submit with the initial proposal a complete list of biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of
each of the materials that are to be used in carrying out the requirements of the contract. Additionally, the winning Contractor on each anniversary date of the contract shall compile a complete list of biobased products, including the information above, purchased to carry out the contract requirements. The Contractor shall list volume to be used and
total cost for each individual product. This information will be used for reporting
purposes.
The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. Within thirty (30) days of contract award, the Contractor shall submit an Operations and
Maintenance Plan. This submittal shall be approved by the COR in writing. The
Contractor shall not commence work until this submittal is approved by the COR in
writing. The Plan must be reviewed and updated annually, and as required by the COR. The Plan must contain and define the following elements: The Contractor's written policy stating its commitment to the use of biobased
products, employee health and safety, and sound environmental management practices. Version 2 December 2007 3
Detail on how the Contractor intends to keep abreast of the development and increasing availability of biobased products and how any new or improved products will be incorporated on an ongoing basis into contract performance.
Proposed biobased custodial products which must be selected in accordance with the criteria included above. At a minimum, the Plan must identify products by brand name for each of the product types. NOTE: A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category. The product guides which define standard operating procedures for instructing
staff in the proper use, storage, and disposal of biobased products; proper maintenance of equipment; and other procedures/instructions to accomplish work under this contract. The Contractor shall provide data on the quantity and dollar values of biobased products used in this contract. The data will be submitted to the COR quarterly.
A demonstration of proper use, an effective training program, and technical assistance are essential to the success of the purchase and use of some biobased products that may function differently than a conventional product. Therefore we will look for a Contractor who will 1) demonstrate products, and 2) when selected, offer any necessary training to
all of the construction staff and 3) be available with technical assistance to trouble shoot problems.
As required in clause 52.223-15 Energy Efficiency in Energy-Consuming Products, the contractor shall only provide products that earn the ENERGY STAR label and meet ENERGY STAR specifications for energy efficiency. The contractor is encouraged to visit http://www.energystar.gov for complete product specifications and updated lists of qualifying products.


 


 


 


 



PEAK SEASON CLEANING SCHEDULE FOR RECREATION SITES


March 24, 2018 through October 31, 2018
Base Year
Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments
TALLULAH RIVER Twice weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday
TATE BRANCH Twice weekly 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday
SANDY BOTTOMS Twice weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday
UPPER CHATT Twice weekly 3 double Chemical (6 toilets) NO TRASH
Tuesday/Thursday
LOW GAP Twice weekly 1 double chemical (2 toilets) NO TRASH
Tuesday/Thursday
ANDREWS COVE Once weekly 1 double chemical (2 toilets) NO TRASH

WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags)
SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites
(16 total bags)
OVERFLOW Once weekly 1 single chemical (1 toilet) 1 collection site (4 total bags)
FRADY Once weekly 1 double chemical (2 toilets) NO TRASH
OAKEY Once weekly 1 double chemical (2 toilets) NO TRASH
PANTHER CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags)
WARWOMAN DELL Once weekly 1 Single chemical (1 toilet) NO TRASH
MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday
RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday
DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday

CONTRACT TOTAL



OFF-SEASON CLEANING SCHEDULE FOR RECREATION SITES


November 3, 2018 - March 16, 2019
Base Year
Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments
TALLULAH RIVER Once weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday
TATE BRANCH 0 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday
SANDY BOTTOMS 0 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday
UPPER CHATT Once weekly 3 double Chemical (6 toilets) NO TRASH
Tuesday/Thursday
LOW GAP Once weekly 1 double chemical (2 toilets) NO TRASH
Tuesday/Thursday
ANDREWS COVE 0 1 double chemical (2 toilets) NO TRASH

WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags)
SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites
(16 total bags)
OVERFLOW BI-WEEKLY 1 single chemical (1 toilet) 1 collection site (4 total bags)
FRADY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH
OAKEY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH
PANTHER CREEK Once weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags)
WARWOMAN DELL BI-WEEKLY 1 Single chemical (1 toilet) NO TRASH
MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday
RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday
DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday

CONTRACT TOTAL


 


 


 


PEAK SEASON CLEANING SCHEDULE FOR RECREATION SITES


March 24, 2019 through October 31, 2019
1st Option Year
Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments
TALLULAH RIVER Twice weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday
TATE BRANCH Twice weekly 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday
SANDY BOTTOMS Twice weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday
UPPER CHATT Twice weekly 3 double Chemical (6 toilets) NO TRASH
Tuesday/Thursday
LOW GAP Twice weekly 1 double chemical (2 toilets) NO TRASH
Tuesday/Thursday
ANDREWS COVE Once weekly 1 double chemical (2 toilets) NO TRASH

WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags)
SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites
(16 total bags)
OVERFLOW Once weekly 1 single chemical (1 toilet) 1 collection site (4 total bags)
FRADY Once weekly 1 double chemical (2 toilets) NO TRASH
OAKEY Once weekly 1 double chemical (2 toilets) NO TRASH
PANTHER CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags)
WARWOMAN DELL Once weekly 1 Single chemical (1 toilet) NO TRASH
MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday
RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday
DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday

CONTRACT TOTAL



OFF-SEASON CLEANING SCHEDULE FOR RECREATION SITES



November 3, 2019 - March 16, 2020
1st Option Year
Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments
TALLULAH RIVER Once weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday
TATE BRANCH 0 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday
SANDY BOTTOMS 0 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday
UPPER CHATT Once weekly 3 double Chemical (6 toilets) NO TRASH
Tuesday/Thursday
LOW GAP Once weekly 1 double chemical (2 toilets) NO TRASH
Tuesday/Thursday
ANDREWS COVE 0 1 double chemical (2 toilets) NO TRASH

WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags)
SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites
(16 total bags)
OVERFLOW BI-WEEKLY 1 single chemical (1 toilet) 1 collection site (4 total bags)
FRADY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH
OAKEY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH
PANTHER CREEK Once weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags)
WARWOMAN DELL BI-WEEKLY 1 Single chemical (1 toilet) NO TRASH
MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday
RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday
DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday

CONTRACT TOTAL


 


 


 


PEAK SEASON CLEANING SCHEDULE FOR RECREATION SITES


March 24, 2020 through October 31, 2020
2nd Option Year
Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments
TALLULAH RIVER Twice weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday
TATE BRANCH Twice weekly 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday
SANDY BOTTOMS Twice weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday
UPPER CHATT Twice weekly 3 double Chemical (6 toilets) NO TRASH
Tuesday/Thursday
LOW GAP Twice weekly 1 double chemical (2 toilets) NO TRASH
Tuesday/Thursday
ANDREWS COVE Once weekly 1 double chemical (2 toilets) NO TRASH

WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags)
SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites
(16 total bags)
OVERFLOW Once weekly 1 single chemical (1 toilet) 1 collection site (4 total bags)
FRADY Once weekly 1 double chemical (2 toilets) NO TRASH
OAKEY Once weekly 1 double chemical (2 toilets) NO TRASH
PANTHER CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags)
WARWOMAN DELL Once weekly 1 Single chemical (1 toilet) NO TRASH
MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday
RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday
DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday

CONTRACT TOTAL


 


OFF-SEASON CLEANING SCHEDULE FOR RECREATION SITES
November 3, 2020 - March 16, 2021


2nd Option Year
Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments
TALLULAH RIVER Once weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday
TATE BRANCH 0 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday
SANDY BOTTOMS 0 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday
UPPER CHATT Once weekly 3 double Chemical (6 toilets) NO TRASH
Tuesday/Thursday
LOW GAP Once weekly 1 double chemical (2 toilets) NO TRASH
Tuesday/Thursday
ANDREWS COVE 0 1 double chemical (2 toilets) NO TRASH

WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags)
WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags)
SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites
(16 total bags)
OVERFLOW BI-WEEKLY 1 single chemical (1 toilet) 1 collection site (4 total bags)
FRADY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH
OAKEY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH
PANTHER CREEK Once weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags)
WARWOMAN DELL BI-WEEKLY 1 Single chemical (1 toilet) NO TRASH
MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday
RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday
DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday

CONTRACT TOTAL


 


 


 


 



SECTION D--PACKAGING AND MARKING


{For this Solicitation, there are NO clauses in this Section}


SECTION E--INSPECTION AND ACCEPTANCE
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES


52.246-1 Contractor Inspection Requirements (APR 1984)
52.246-4 Inspection of Services--Fixed-Price (AUG 1996)


E.2. GOVERNMENT INSPECTION PROCEDURES


Government will inspect all of the contractors work


E.2.1. INSPECTION OF WORK


Contractor is responsible for their own inspection plan of work



SECTION F--DELIVERIES OR PERFORMANCE


F.1. DELIVERIES


In the performance of this contract, the Contractor shall
(1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and
(2) Submit this report no later than-
(i) October 31 of each year during contract performance; and
(ii) At the end of contract performance.



F.2. FAR 52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)


At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act for the Contractor.


 


 



SECTION G--CONTRACT ADMINISTRATION DATA


AGAR 452.215-73 POST AWARD CONFERENCE (NOV 1996)


A post award conference with the successful offeror is required. It will be scheduled within 30 days after the date of contract award. The conference will be held at a place to be determined.


G.1. GOVERNMENT-FURNISHED PROPERTY


The Government will provide the following item(s) N/A....of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with the provisions of the "Government Property" FAR clause contained elsewhere in the contract.


G.2. CONTRACTOR INVOICING


The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account.



SECTION H--SPECIAL CONTRACT REQUIREMENTS


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


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html


AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES


452.236-72 Use of Premises (NOV 1996)
452.236-74 Control of Erosion, Sedimentation, and Pollution (NOV 1996)
452.236-77 Emergency Response (NOV 1996)



H.1. AGAR 452.237-74 KEY PERSONNEL


H.1.1. The Contractor shall assign to this contract, the key personnel identified in their quote.


H.1.2. The Contractor shall make no substitutions of key personnel without notifying the Contracting Officer within a reasonable timeframe (not more than 5 days) and in advance, and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the contract. Proposed substitutes should have comparable qualifications to those of the persons being replaced.


H.1.3. The Contractor shall make no diversion of personnel without the written consent of the Contracting Officer.


H.1.4. The contract will be modified to reflect any approved changes of key personnel.




PART II--CONTRACT CLAUSES
SECTION I--CONTRACT CLAUSES



I.1 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
www.arnet.gov/far/
www.usda.gov/procurement/policy/agar.html


FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES


52.202-1 Definitions (NOV 2013)
52.203-3 Gratuities (APR 1984)
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal
or Improper Activity (MAY 2014)
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (MAY 2014)
52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Double-Sided on Recycled Paper (May 2011)
52.209-6 Protecting the Government's Interest when Subcontracting
with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (Jan 2017)


As prescribed in 12.301(b)(4), insert the following clause:
(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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 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:
__ (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)).
_X_ (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.)
__ (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 (Nov 2016) (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 (Nov 2011) (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).
__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__ (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).
__ (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).
__ (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).
_X_ (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.
_X_ (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) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
__ (48)(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.
__ (49) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
__ (50) 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).
__ (51) 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).
__ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
__ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
__ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
__ (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
_X_ (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).
__ (57) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).
__ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
__ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (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).
_X_ (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) 52.219-8, 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.
(iii) 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.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
(v) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
(ix) 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.
(x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(xi) 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).
(xii) 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).
(xiii) 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).
(xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvi) 52

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP