Constant Wear Aviation Dry Suit

expired opportunity(Expired)
From: Federal Government(Federal)
FA252122QB062

Basic Details

started - 21 Jul, 2022 (21 months ago)

Start Date

21 Jul, 2022 (21 months ago)
due - 28 Jul, 2022 (21 months ago)

Due Date

28 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
FA252122QB062

Identifier

FA252122QB062
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE AIR FORCE (60212)FA2521 45 CONS LGC (682)
[object Object]

SetAside

WOSB(Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Combined Synopsis/SolicitationConstant Wear Aviation Dry SuitFA252122QB062This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The solicitation number FA2521-20-Q-B062 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06; Effective 26 May 2022This is a 100% set-aside for Women-Owned Small Business. The North American Industry Classification System (NAICS) code for this project is 315990 with a size standard of 500 Employees.The purpose of this combined synopsis/solicitation is for the purchase and delivery of 20 (EA) MSF300 Constant Wear Aviation Dry Suit Systems (2
Layer) for the 301st Rescue Squadron (301 RQW) at Patrick Space Force Base, Florida (PSFB). Flight suits must be in accordance with Technical manual Organizational Level, U.S. Air Force Aircrew Flight Equipment Clothing and Equipment dated 25 Sep 2019 Technical Order reference T.O.14-1-1 Chapter 3 Helicopter Clothing and Equipment, Para. 3.1, Table 3-1, Pg.2 and Safe-to-Fly letter dated 18 Aug 2017.Salient Characteristics:  The suits must be designed for over-water helicopter operations, 2-layer, constant wear, aviation dry suit for thermal and immersion exposure protection, adjustable neck seal, waterproof, breathable, flame-retardant, anti-static outer shell, breathable and moisture wicking inner liner. This will be a brand name requirement for Mustang Survival Inc., Part No. MSF300. Please see attached Single Source Justification.NOTE TO OFFERORS: Offerors shall adhere to the CLIN structure below. All lead times and items in stock shall be clearly defined for each CLIN for consideration. The bid schedule is below:Item Part No. Manufacturer Description Qty Unit 0001MSF300Mustang Survival Inc.Constant Wear Aviation Dry Suit System (2 Layer)Color: Sage, Size: Small2EA0002MSF300Mustang Survival Inc.Constant Wear Aviation Dry Suit System (2 Layer)Color: Sage, Size: Medium5EA0003MSF300Mustang Survival Inc.Constant Wear Aviation Dry Suit System (2 Layer)Color: Sage, Size: Large6EA0004MSF300Mustang Survival Inc.Constant Wear Aviation Dry Suit System (2 Layer)Color: Sage, Size: X Large6EA0005MSF300Mustang Survival Inc.Constant Wear Aviation Dry Suit System (2 Layer)Color: Sage, Size: XX Large1EAShip to address:  Attn:  MSgt Christian Diaz                                      940 Rescue Rd., Bldg 624                                      Patrick SFB, FL  32925                 NOTE:  In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market.  Include your GSA contract number for items, as well as expiration date of the contract. FAR Provision 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018) applies to this acquisition and the following addendem applies:The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”, and “quote”.Paragraph (a) first sentence revised as follows:  “The NAICS code and small business size standard for this acquisition appear above.”Paragraph (c) first sentence revised as follows:  “The offeror agrees to hold the prices in its offer firm until 28 Feb 2020.”RFQ due date: 28 Jul 2022RFQ due time: 12:00 P.M. ESTEmail to 45CONS.PKB.email@us.af.mil THIS MUST BE SENT TO THE EMAIL STATED ABOVE.  ANY OTHER DELIVERY METHODS CAN AND WILL BE CONSIDERED NONRESPONSIVE. USE OF A READ/DELIVERY RECEIPT IS HIGHLY ENCOURAGED.Note:  .zip files are not an acceptable format for the Air Force Network and will not go through our email system.Please provide the following information with your quote:Company Name:____________UEI Number: ____________Cage Code: _______________*Number of Employees_____________*Total Yearly Revenue_______________*Information required determining size of business for the NAICS referenced aboveEstimated Delivery Time: ____________Payment Terms: _________________________Warranty:  ________________FOB (Select):  ____ Destination            _____ OriginShipping Cost included?  ____ Yes                    _____ NoAll companies must be registered in the System for Award Management at https://sam.gov/content/entity-registration to be considered for award.  The Government will not provide contract financing for this acquisition.  Invoice instruction shall be provided at time of award.Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.  Offeror’s submissions will be evaluated based upon the following:(1) Technical: quote must be rated as technically acceptable to be eligible for award.  In order to be deemed technically acceptable, products must conform to the above salient characteristics listed.(2) Delivery Terms:  Lead times for each offeror will be evaluated for consideration based on the following:  Shortest Lead Time Available and Items most immediately available or in stock.  In order to meet the delivery terms criteria, offeror must conform to the above annotation instructions for estimated lead time ad stock availability.            (3) Price:  Award will be made to the best value offeror.*Technical Acceptability and Delivery Terms, when combined, are significantly more important than cost or price.*An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award.  Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, “Responsible Prospective Contractors.”   Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution.Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.  The government however, reserves the right to conduct discussions if deemed in its best interest.FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2022), with its Alternate I (Oct 2014), applies to this acquisition. All vendors must be registered in System For Award Management at https://sam.gov/content/entity-registration at the time of Quote submittal.FAR Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021), applies to this acquisition with the following Addendum:  Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.NOTE: The vendor acknowledges that should the quote or proposal’s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.FAR Clauses Incorporated by Full Text52.209-11 – Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.(b) The Offeror represents that—(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.(End of provision)52.225-18 – Place of Manufacture (Aug 2018)(a) Definitions. As used in this clause—(b) “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—(1) FSC 5510, Lumber and Related Basic Wood Materials;(2) Federal Supply Group (FSG) 87, Agricultural Supplies;(3) FSG 88, Live Animals;(4) FSG 89, Food and Related Consumables;(5) FSC 9410, Crude Grades of Plant Materials;(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;(8) FSC 9610, Ores;(9) FSC 9620, Minerals, Natural and Synthetic; and(10) FSC 9630, Additive Metal Materials.“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or(2) [ ] Outside the United States.(End of provision)52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2022)      (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:           (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).           (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).           (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).           (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).           (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).           (6) 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 (June 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 2402).             (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021)(41 U.S.C. 3509)).            [X](3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)            [X](4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (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. (Nov 2021) (31 U.S.C. 6101 note).            [X](9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).          __ (10) [Reserved].          __ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Sep 2021) (15 U.S.C. 657a).          __ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).            __ (13) [Reserved]           [X](14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).                  __ (ii) Alternate I (Mar 2020) of 52.219-6.          __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).                  __ (ii) Alternate I (Mar 2020) of 52.219-7.            __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).          __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2021) (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 (Jun 2020) of 52.219-9.                  __ (v) Alternate IV (Sep 2021) of 52.219-9          __ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)).                  __ (ii) Alternate I (Mar 2020) of 52.219-13.          __ (19) 52.219-14, Limitations on Subcontracting (Sep 2021) (15 U.S.C. 637(a)(14)).          __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Sep 2021) (15 U.S.C. 637(d)(4)(F)(i)).            [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021) (15 U.S.C. 657f).            [X](22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Sep 2021) (15 U.S.C. 632(a)(2)).                  __ (ii) Alternate I (MAR 2020) of 52.219-28.            __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Sep 2021) (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 (Sep 2021) (15 U.S.C. 637(m)).            __ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)).            __ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) (15U.S.C. 637(a)(17)).            [X](27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).            [X](28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022) (E.O.13126).            [X](29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).            [X](30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).                  __ (ii) Alternate I (Feb 1999) of 52.222-26.            __ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).                  __ (ii) Alternate I (Jun 2020) of 52.222-35.           [X](32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).                  __ (ii) Alternate I (Jul 2014) of 52.222-36.            __ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).            __ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).            [X](35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (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).            __ (36) 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.)          __ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)                  __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)          __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).           __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).          __ (40) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).                  __ (ii) Alternate I (Oct 2015) of 52.223-13.          __ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).                  __ (ii) Alternate I (Jun 2014) of 52.223-14.             (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (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).                       [X](ii) Alternate I (Jun 2014) of 52.223-16.          __ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).          __ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).          __ (46) 52.223-21, Foams (Jun 2016) (E.O. 13693).          __ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).                  __ (ii) Alternate I (Jan 2017) of 52.224-3.          __ (48) 52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83).          __ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2021)(41 U.S.C.chapter83, 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 (Jan 2021) of 52.225-3.                  __ (iii) Alternate II (Jan 2021) of 52.225-3.                  __ (iv) Alternate III (Jan 2021) of 52.225-3.            __ (50) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).            [X](51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).            __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302Note).            __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).            __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).            __ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021) .            __ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).            __ (57) 52.232-30, Installment Payments for Commercial Items (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).            [X] (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).            __ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).            __ (60) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).            __ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).            __ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).          __ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).                  __ (ii) Alternate I (Apr 2003) of 52.247-64.                  __ (iii) Alternate II (Nov 2021) 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:           __  (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67).           __  (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).            __  (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).            __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).            __ (5) 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).            __ (6) 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).             __ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Jan 2022).             __ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).            __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792).      (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, 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 (Jun 2020) (41 U.S.C. 3509).                (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).                (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).                (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232).                (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.                (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).                (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).                (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).                (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).                (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).                (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.                (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).                (xiii) (A) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O 13627).                     (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).                (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41 U.S.C. chapter 67).                (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).                (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).                (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020).                (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).                (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).                     (B) Alternate I (Jan 2017) of 52.224-3.                (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).                (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.                (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. 55305 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)FAR Clauses Incorporated by Reference52.204-7 - System for Award Management (Oct 2018)52.204-13 - System for Award Management Maintenance (Oct 2018)52.204-16 - Commercial and Government Entity Code Reporting (Aug 2020)52.204-18 - Commercial and Government Entity Code Maintenance (Aug 2020)52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020)52.209-6 - Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Nov 2021)52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)52.219-1 Small Business Program Representation (Sep 2021)52.219-1 Alternate I (Sep 2015)52.222-3   Convict Labor (Jun 2003)52.223-6 Drug-Free Workplace (May 2001)52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)52.233-1 - Disputes (May 2014)DFARS Clauses Incorporated by Reference252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011)252.203-7003 - Agency Office of the Inspector General (Aug 2019)252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011)252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 2016)252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019)252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.204-7016 - Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019)252.211-7003 - Item Unique Identification and Valuation (Mar 2022)252.223-7008 - Prohibition of Hexavalent Chromium (Jun 2013)252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)252.232-7006 - Wide Area Workflow Payment Instructions (Dec 2018)252.232-7010 - Levies on Contract Payments (Dec 2006)252.244-7000 - Subcontracts for Commercial items (Jan 2021)252.247-7023 - Transportation of Supplies by Sea (Feb 2019)Supplemental Clauses Incorporated by Full Text5352.201-9101 Ombudsman (Oct 2019)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/OL-SPC Director or Deputy Director of Contracting, 1670 Newport Road, Colorado Springs, CO 80916, (P) 719-554-5300, (F) 719-554-5299,Workflow e-mail: afica.ks.wf@us. af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.(End of clause)The full text of these clauses and provisions may be assessed electronically at the website: https://acquisition.gov.  NOTE:  ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.Attachment:Single Source Justification_Redacted

Location

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Patrick Space Force Base

You may also like

42--DRY SUIT,RESCUE

Due: 27 Apr, 2024 (in 7 days)Agency: DEPT OF DEFENSE

JCPS UNIFORM WEAR TEST NOTICE

Due: 01 May, 2024 (in 11 days)Agency: City of Johnson

LION MT94 Suits

Due: 23 Apr, 2024 (in 3 days)Agency: Hampton Roads Planning District Commission

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 315990Apparel Accessories and Other Apparel Manufacturing
pscCode 8475Specialized Flight Clothing and Accessories