Buy view training forging new leaders 905776

Page 1

View Details for Buy # 905776 General Buy Information Buy #:

905776

Solicitation #:

W9124E-18-T-TRNG

Buy Description :

Training--Forging New Leaders

Category :

U -- Education and Training Services

Sub Category :

U009 -- Education Services

NAICS :

611430 -- Professional and Management Development Training

FedBizOpps Solicitation :

Yes

Set-Aside Requirement :

Small Business

Buyer :

MICC Fort Polk

End Date :

01/24/2018

End Time :

17:00 ET

Seller Question Deadline:

1/19/2018 - 11:00 ET

Delivery:

30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)

View Question & Responses

Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to FedBid and click Start Bid. Proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE

Line Item(s) Item No

Description

Qty

Unit

001

NOTICE APPLICABLE TO THE ENTIRE BUY: Evaluation criteria for award of a purchase order will be Price, Curriculum, Sample Outline of Any Two of the Ten Classes. First Class in the Program: Class Topic "How to Get More Organized" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, one pre-program test, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 15 Feb 2018.

1

EA

002

Second Class in the Program: Class Topic "Time & Task Management for Busy People" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 22 Feb 2018.

1

EA

003

Third Class in the Program: Class Topic "Personal Productivity" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 15 Mar 2018.

1

EA

004

Fourth Class in the Program: Class Topic "How to De-Stress your Life" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 19 Apr 2018.

1

EA

005

Fifth Class in the Program: Class Topic "Assertive Communication" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 17 May 2018.

1

EA

006

Sixth Class in the Program: Class Topic "Making your Leadership Commitment" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 21 Jun 2018.

1

EA

007

Seventh Class in the Program: Class Topic "Creating a Coaching and Performance Culture" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 19 Jul 2018.

1

EA

008

Eighth Class in the Program: Class Topic "Managing Multiple Projects and Objectives" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 16 Aug 2018.

1

EA

009

Ninth Class in the Program: Class Topic "Leadership Framework" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 20 Sep 2018.

1

EA

010

Final Class in the Program: Class Topic "Building Exceptional Teams" as per the PWS (see attachment 1). Class size is 25 Students. Includes 8 hrs. of instructor led training, one quiz, one end of program test, 25 class or program books, 1 digital copy of class or program book. Refer to PWS for all deliverables. Class date is 18 Oct 2018.

1

EA

011

CONTRACTOR MANAGEMENT REPORTING (CMR). Refer to PWS paragraph 5.3.

1

EA

012

Option for year 2019 same as line item 1. Class date third Thursday of January.

1

EA

013

Option for year 2019 same as line item 2. Class date third Thursday of February.

1

EA

014

Option for year 2019 same as line item 3. Class date third Thursday of March.

1

EA

015

Option for year 2019 same as line item 4. Class date third Thursday of April.

1

EA

016

Option for year 2019 same as line item 5. Class date third Thursday of May.

1

EA

017

Option for year 2019 same as line item 6. Class date third Thursday of June.

1

EA

018

Option for year 2019 same as line item 7. Class date third Thursday of July.

1

EA


019

Option for year 2019 same as line item 8. Class date third Thursday of August.

1

EA

020

Option for year 2019 same as line item 9. Class date third Thursday of September.

1

EA

021

Option for year 2019 same as line item 10. Class date third Thursday of October.

1

EA

022

Option for year 2019 CONTRACTOR MANAGEMENT REPORTING (CMR). Refer to PWS paragraph 5.3.

1

EA

023

Option for year 2020 same as line item 1. Class date third Thursday of January.

1

EA

024

Option for year 2020 same as line item 2. Class date third Thursday of February.

1

EA

025

Option for year 2020 same as line item 3. Class date third Thursday of March.

1

EA

026

Option for year 2020 same as line item 4. Class date third Thursday of April.

1

EA

027

Option for year 2020 same as line item 5. Class date third Thursday of May.

1

EA

028

Option for year 2020 same as line item 6. Class date third Thursday of June.

1

EA

029

Option for year 2020 same as line item 7. Class date third Thursday of July.

1

EA

030

Option for year 2020 same as line item 8. Class date third Thursday of August.

1

EA

031

Option for year 2020 same as line item 9. Class date third Thursday of September.

1

EA

032

Option for year 2020 same as line item 10. Class date third Thursday of October.

1

EA

033

Option for year 2020 CONTRACTOR MANAGEMENT REPORTING (CMR). Refer to PWS paragraph 5.3.

1

EA

Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following nonpricing information: 1) Curriculum 2) Sample outline for two of the ten classes Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Meet or Exceed: The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Minimum Bid Decrement is $1: The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order or Delivery Order: Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Set-Aside Requirement: This solicitation is a Small Business set-aside and only qualified Sellers can bid. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms Name

Description

Contracting Officer's Award Determination:

Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. Evaluation criteria for award of a purchase order will include Curriculum, Sample Outline of Any Two of the Ten Classes, Price.

FAR Provisions

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

FAR Clauses

The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.

DFARS Clauses

The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions

System for Award Management(SAM) Requirement

Seller must be registered with the System for Award Management (SAM) prior to receipt of order. Information can be found at https://www.sam.gov or thier Service Desk URL: http://www.FSD.gov (8am - 8pm Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828

Equipment Condition

New equipment ONLY, NO remanufactured or used products. No "GREY" market items.

Offer Period

Bid MUST be good for 30 calendar days after submission

Shipping Condition

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

WAWF

In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports , the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF . Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL

52.252-1 Solicitation Provisions Incorporated by Reference.

As prescribed in 52.107(a), insert the following provision: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision)

52.252-2 CLAUSES INCORPORATED

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): http://farsite.hill.af.mil/ (End of clause)


BY REFERENCE (FEB 1998) CLAUSES INCORPORATED BY REFERENCE

52.212-1 Instructions to Offerors—Commercial Items. (FEB 2012) 52.212-3 Offeror Representations and Certifications—Commercial Items (Apr 2012) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.202-1 Definitions JAN 2012 52.204-7 Central Contractor Registration FEB 2012 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 252.201-7000 Contracting Officer's Representative DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991

Provision at FAR 52.212-1

Provision at FAR 52.212-1, Instruction to Offerors – Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: The submission content is as follows and must be submitted and arranged in the sequential order listed below: 1. Acknowledgment of Solicitation Amendments. The offeror must submit a statement to acknowledge solicitation amendments, if applicable. 2. Schedule of Pricing. The quoter must submit a quoted price for Contract Line Item Numbers (CLIN) 0001, 0002, 0003, 0004, 0005, 0006 and 0007. (See Schedule B Attached) 3. Representations and Certifications, FAR clause 52.212-3 Alt I and DFARS clause 252.212-7000. The offeror must complete and submit the required representations and certifications. 4. The apparent low quoter must submit performance and banking information at the request of the Contracting Officer. This information will be used to determine that the contractor can meet the minimum standards for responsible contractors as defined in Federal Acquisition Regulation (FAR) 9.104-1. a. Past Performance. At the request of the Contracting Officer, the apparent low quoter must submit at least three (3) but no more than five (5) past performance references for recent and relevant contracts performed within the past three (3) years for the same or similar items required under the solicitation. Contracts may include those with federal, state and local Government as well as private companies. References must be of comparable magnitude and similar in nature to the work required under this solicitation. Each reference must include the following information: - Contract Number and contract dollar value, - The contract period of performance, - A brief description of the contract requirements, - The contract point of contact, telephone number, and facsimile number. b. Banking Information. At the request of the Contracting Officer, the apparent low quoter must submit the name and address of the quoter’s bank or financial institution, and the name, title, and telephone number of the quoter’s point of contact. The banking information may be used, in part, to determine responsibility. The Government may request information from the quoter’s financial institution to determine that the quoter has adequate financial resources, or the ability to obtain the resources, to perform the contract requirements. The apparent low quoter should submit a statement authorizing the financial institution to release applicable information.

Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition

(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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: Price, Technical Capability, and Responsibility: As Authorized under FAR Subpart 13.5, Test Procedures for Certain commercial Items, simplified procedures will be used to evaluate offer and award this requirement. Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor’s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. The Government intends to award this procurement based on a determination of a fair and reasonable price. (viii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (ix) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition.

5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009)

(a) Pursuant to Department of Defense Instruction Number 2000.16, “DoD Antiterrorism (AT) Standards,” dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer’s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause)

Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008)

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Protest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause)

52.212-5 CONTRACT TERMS AND CONDITIONS page 1

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2012) (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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (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) (Pub. L. 108-77, 108-78). (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.) _XX___ (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.) XX (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). __XX__ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __XX__ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). XX (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). XX (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). XX (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). XX (39) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). XX (47) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (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.

52.212-5 CONTRACT TERMS AND CONDITIONS Continued page 2

(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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($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) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

52.212-5 CONTRACT TERMS AND CONDITIONS Continued page 3

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.22254, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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)

252.212-7001 CONTRACT TERMS AND CONDITIONS Page 1

252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. __XX__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (ii) XX Alternate I (OCT 2011) of 252.225-7001. (23) XX 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). 2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)).

Shipping

Services to be performed at Fort, Polk LA 71459.


Information

Shipping Information City

State

Fort Polk

LA

Zip Code 71459

Buy Attachment(s) No .

Document Name

1

Attachment_1_PWS.doc

© 2001- 2018 FedBid Inc., All Rights Reserved

Document Size 130 KB

Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.