United States - Conservator Services

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 September 2019
Opportunity publication date
20 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 19, 2019 9:57 am

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NARA-883103-19-Q-00013 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05 effective August 13, 2019. This is an unrestricted procurement under NAICS 711510, Independent Artists, Writers, and Performers. CONTRACT LINE ITEM NUMBER(S): See Attachment 2, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement for the services of a Conservator to stabilize paper-based records prior to digitization. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1. Instructions to Offerors - Commercial Items (Oct 2018). Addenda: Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION: Evaluation and award will be in accordance with FAR 52.212-2, Evaluation - Commercial Items. Determination for award will be based on technical excellence, past performance, compliance with solicitation requirements, and Contractor's price. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor's quotation entitled "Exceptions." The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. The resultant order will include FAR 52.217-8, Option to Extend Services. NARA will evaluate six (6) additional months of services at the rate for CLIN 0002 by dividing the Total Option Year I Ceiling Price by 2. The resultant order will include FAR 52.217-9, Option to Extend the Term of the Contract ((Mar 2000). The contract will be for a base year plus one, 12-month option year. Contractors must provide pricing (USD) for each CLIN in accordance with Attachment 2, Schedule of Prices. Contractors must complete and submit Attachment 4, RFQ Information Sheet. Contractors must ensure that Attachment 7, Relevant Past Performance Questionnaire, is submitted. Failure to submit any of the required information and documentation with the quotation may result in rejection of the quotation. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018) - see Attachment 3, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2019) - see Attachment 8, FAR Clauses, for the full text of this clause and for additional applicable FAR clauses. Full text provisions and clauses can be found at https://www.acquisition.gov.

 
To aid you in your planning and quotation development, the following information is provided as attachments to this RFQ:

Attachment 1 Performance Work Statement
Attachment 2 Schedule of Prices
Attachment 3 Additional NARA Terms and Conditions
Attachment 4 RFQ Information Sheet
Attachment 5 Evaluation Factors for Award
Attachment 6 Quotation Submission Instructions
Attachment 7 Relevant Past Performance Questionnaire
Attachment 8 FAR Clauses
SITE VISIT: A site visit has been scheduled for August 23 at 10:00 a.m. The location of the site visit is: National Archives and Records Administration, 700 Pennsylvania Avenue, NW, Washington, DC, 20408. Contractors planning to attend the site visit must furnish the names and titles of its representatives to Cynthia Jones via email at cynthia.jones@nara.gov. Names are due no later than 4:00 p.m. eastern time on August 22, 2019. Contractors are limited to a maximum of two (2) representatives. Contractors will not be allowed to ask questions during the site visit. Questions must be submitted in writing to the Contract Specialist by the due date noted below.
QUESTIONS: Questions regarding this RFQ and the site visit must be submitted in writing to the Contract Specialist, Ms. Cynthia Jones, at cynthia.jones@nara.gov no later than 12:00 p.m. eastern time on August 28, 2019 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment.
QUOTATION SUBMISSION INSTRUCTIONS AND DUE DATE: Quotations and Relevant Past Performance Questionnaires must be submitted in accordance with Attachment 6, Quotation Submission Instructions. Quotations must be received by 12:00 p.m. eastern time on September 4, 2019. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Quotations must be submitted to the Contract Specialist (CS) via email:

Ms. Cynthia Jones (CS)
Email: cynthia.jones@nara.gov
 
 
 
ATTACHMENT 1
PERFORMANCE WORK STATEMENT
CONSERVATION SERVICES
1.0 BACKGROUND INFORMATION
1.1 The National Archives and Records Administration (NARA) is an independent Federal agency that helps safeguard and preserve our nation's history by overseeing the management of all Federal records. The stories of our nation and our people are told in the records and artifacts cared for in NARA facilities around the country and people can discover, use, and learn from this documentary heritage. The mission is to ensure ready access to the essential evidence that documents the rights of American citizens, the actions of Federal officials, and the national experience.
2.0 SCOPE
2.1 NARA's Conservation Lab requires conservation services to stabilize paper-based records prior to digitization. A range of stabilization treatments will be performed on original War of 1812 Pension and Bounty Land Warrant Application Files, ca. 1871 - ca. 1900 to ensure safe handling and full image capture of content during digitization. This contract requires conservation treatment of 1,400 files in one calendar year.
2.2 The Contractor shall perform the following treatments as needed:
● Separation of documents where unique information is obscured
● Mending
● Local humidification
● Surface cleaning
● Removal of prior mends
2.3 The Contractor shall mend torn documents using long-fiber tissue and paste, heat set tissue, and/or remoistenable tissue as appropriate.
2.4 The Contractor shall ensure that mends are secure and will not detach when documents are flexed and handled.
2.5 The Contractor shall ensure that adhered attachments are removed with no skinning of the paper, no feathering or bleeding of inks, and no residual tide lines.
2.6 Treatment shall stabilize the record to allow for safe handling and full image capture of unique information on both sides of the document.
2.7 See Attachment 1 for images of sample documents requiring treatment.
 

2.8 The following is required to complete this work:
2.8.1 Expert knowledge of and experience of at least 3 years in carrying out conservation treatments on paper-based records.
2.8.2 Experience in performing conservation documentation in written form.
2.8.3 Expert knowledge of ethical practice in the conservation field. The Contractor shall provide conservation treatments in accordance with American Institute for Conservation (AIC) Code of Ethics in a manner consistent with the durability and aesthetic quality of the records. The AIC Code of Ethics can be found at http://www.conservation-us.org/about-us/core-documents/code-of-ethics#.U-O6SFP1u-Q.
2.9 Report Submissions
2.9.1 The Contractor shall provide treatment documentation and tracking of archival records throughout the workflow. The Contractor shall accurately complete provided treatment tracking logs for the type and number of treatment actions performed for each folder and record identified by the archival unit as requiring treatment.
2.9.2 Written reports shall be submitted to the NARA Technical Point of Contact (TPOC) or their designated representative on a routing basis as determined appropriate by the NARA TPOC.
2.10 On average, the Contractor will work approximately 24 hours per week. The Contractor shall treat approximately 13 files for every 8 hours worked or approximately 160 files per month, including required treatment documentation and files that may have been returned to the Contractor for retreatment prior to acceptance. Fluctuations in schedule shall be decided by mutual agreement between the Contractor and the NARA TPOC or their designated representative.
2.11 Deliverables
2.11.1 Deliverables shall be submitted to the NARA TPOC or their designated representative for review and approval. Once the Contractor has submitted a deliverable to the TPOC, NARA will have (5) five business days to review the deliverable. The TPOC may return the deliverable to the Contractor for re-work or accept the deliverable as completed. If the deliverable is returned to the Contractor for re-work, work shall be completed within the time frame established by the TPOC and the Contractor.
2.12 Invoicing and Progress Payments
2.12.1 Payments will be made as progress payments. The Contractor shall submit invoices monthly no later than the 15th of the month for files completed in the preceding calendar month.

2.13 Records Management and Privacy Training Obligations
2.13.1 The Contractor shall comply with NARA's Records Management obligations.
2.13.2 The Contractor shall comply with NARA's Privacy Training obligations.
3.0 PERIOD OF PERFORMANCE AND NARA TECHNICAL POINTS OF CONTACT
3.1 The period of performance will be for one base year plus one, 12-month option year. The start date of the work shall be determined through mutual agreement between the Contractor and the NARA TPOC.
3.2 The NARA Technical Points of Contact for this contract will be:
(1) Name: TBD
Phone:
Email:
(2) Name: TBD
Phone:
Email:
4.0 PLACE OF PERFORMANCE AND WORK HOURS
4.1 All conservation work shall be performed at:
National Archives and Records Administration
700 Pennsylvania Avenue, NW
Washington, DC 20408
4.2 Core hours for on-site work relating to this project are 8:00 a.m. to 5:00 p.m. except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.
4.3 The Federal Government holidays are New Year's Day, Martin Luther King Jr.'s Birthday, Inauguration Day, Presidents' Day, Memorial Day, July 4th, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day.
4.4 The Contractor's work schedule shall be determined through mutual agreement between the NARA TPOC and the Contractor.
5.0 GOVERNMENT FURNISHED EQUIPMENT AND PROPERTY
5.1 Conservation work shall be carried out in a fully equipped conservation lab. All supplies required for treating records will be provided.
6.0 BACKGROUND CHECK
6.1 All Contractor employees shall pass a NACI background check to be allowed to work in the conservation lab at NARA.
7.0 TASKS AND DELIVERABLES
7.1 Tasks and Deliverables are discussed in paragraph 2.0.

8.0 PERFORMANCE SPECIFICATIONS/ADDITIONAL REQUIREMENTS

8.1 Physical Security

8.1.1 The Contractor shall be responsible for safeguarding all government furnished equipment, information, and property provided for Contractor use.
8.1.2 Transportation and travel expenses will not be paid.

SAMPLE IMAGES OF DOCUMENTS
Tears requiring repair
 
 
 
 
 
 
 
 
 
 
Attachments requiring separation to reveal unique information
 

 
 
 
 
 
 
 
 
 
 
ATTACHMENT 2
SCHEDULE OF PRICES
 
Base Year - Months 1-12
CLIN Description
Unit Quantity Firm Fixed Unit Price Total Price
0001
 


Contractor shall provide Conservation Treatment Services in accordance with the Performance Work Statement.
 

File
 
1,400
 

$______


$______
NTE

TOTAL BASE YEAR CEILING PRICE: $________
 
Option Year I - Months 13-24
CLIN Description
Unit Quantity Firm Fixed Unit Price Total Price
0002
 


Contractor shall provide Conservation Treatment Services in accordance with the Performance Work Statement.
 

File
 
1,400
 

$______


$______
NTE

TOTAL OPTION YEAR I CEILING PRICE: $________
 
Note: NARA will evaluate submitted pricing in accordance with FAR 52.217-5 and FAR 52.217-8.

ATTACHMENT 3
ADDITIONAL NARA TERMS AND CONDITIONS
(Addenda to FAR clause 52.212-4)
 
I. GOVERNMENT CONTRACT ADMINISTRATION
A. This contract will be administered by:
National Archives and Records Administration
Office of the Chief Acquisition Officer, Code Z
8601 Adelphi Road, Room 3340
College Park, MD 20740-6001
B. Contract Specialist (CS):
Cynthia Jones
Telephone: 301-837-1860
Email: cynthia.jones@nara.gov
The Contracting Officer (CO) has the overall responsibility for the administration of this contract. Written communication to the Contract Specialist (CS) must make reference to the contract number and must be emailed or mailed with postage prepaid, to the above address.
C. Contracting Officer (CO):
Any Z Warranted CO
The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payments for non-performance or unsatisfactory performance; terminate the contract for convenience or default; and issue final decisions regarding contract questions or matters under dispute. However, the CO may delegate certain other responsibilities to authorized representatives.
D. NARA Technical Points of Contact (TPOC):
TPOC: TBD
Telephone:
Email:
TPOC: TBD
Telephone:
Email:
1. The individuals named above are designated as the NARA TPOC to assist the CO in the discharge of the CO's responsibilities. The NARA TPOC is responsible for monitoring, giving progress reports to the CO, and overall technical surveillance of products/services purchased under this order and should be contacted regarding questions or problems of a technical nature. In no event will any understanding or agreement, modification, change order, or other matter deviating from the terms of this order between the Contractor and any person other than the CO be effective or binding upon the Government.
2. When, in the opinion of the Contractor, the NARA TPOC requests effort outside the existing scope of this order, the Contractor must promptly notify the CO in writing.
3. No action will be taken by the Contractor under such technical instruction unless the CO has issued a contractual change.
4. The responsibilities of the NARA TPOC include, but are not limited to, the following:
i) Serves as the point of contact through which the Contractor can relay questions or problems of a technical nature through the CS to the CO;
ii) Responsible for the inspection and acceptance of the products or services performed by the Contractor in accordance with the terms and conditions of this order;
iii) May serve as invoice approver, reviewing and certifying invoices in accordance with invoicing instructions of this order; and maintains a file with copies of these documents;
iv) Advises the CS of any performance problems; and
v) Provides Contractor personnel access to the locations where work will be performed.
II. INVOICE SUBMISSION REQUIREMENTS
A. The preferred method for invoicing is through the Invoice Processing Platform (IPP) which is a secure web-based electronic invoicing and payment information system. This service is provided by the U.S. Treasury's Bureau of the Fiscal Service free of charge to federal agencies and contractors. IPP allows contractors to view information regarding their contracts and orders, electronically submit invoices and view payment information.
B. The IPP website address is https://www.ipp.gov. Contractors can obtain enrollment assistance by contacting the Fiscal Service Accounts Payable Help Desk via e-mail at AccountsPayable@fiscal.treasury.gov or by phone at 304-480-8000, Option 7.
C. Contractors that are not able to utilize the IPP system for submitting payment requests may submit invoices electronically by e-mail to AccountsPayable@fiscal.treasury.gov. Microsoft Excel, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are acceptable formats.
D. Invoices for services shall be submitted monthly unless otherwise stated elsewhere in the contract or order.
E. For invoice and payment questions call the Fiscal Service AP Help Desk at 304-480-8000, Option 7.
III. CONFIDENTIALITY OF INFORMATION

By agreeing to this contract and/or any amendments, the Contractor acknowledges, understands, and accepts the following:

A. All information regarding the procedures developed under this contract must be regarded as sensitive information by the Contractor and not to be disclosed to anyone outside the Contractor's organization without the written permission of the Contracting Officer.

B. The Contractor may have access to and use of data or information, which may be considered proprietary or confidential. Dissemination or use of the data or information, other than in performance of this contract, would be adverse to the interests of the Government and others.

C. The Contractor agrees in the performance of this contract to keep all information supplied by the Government and all information obtained in conducting research in the strictest confidence; this information being the sole property of the Government.

D. The Contractor agrees that its personnel will not divulge or release data or information developed or obtained in connection with the performance of this contract. The Contractor agrees not to publish, reproduce, or otherwise divulge such information in whole or in part, in any manner or form, nor authorize others to do so, taking such reasonable measures as are necessary to restrict the information to those personnel who must have the information to perform the work provided herein.

E. The Contractor must establish policies and procedures to implement the substance of this clause at the individual employee level which will assure that affected personnel are made aware of contract provisions and terms and conditions and the Contractor's implementing policies and procedures. Particular attention will be given to keeping personnel advised of the statutes and regulations applicable to the handling of other Contractor confidential financial data.

F. The Contractor must not refer to this contract in commercial advertising, or similar promotions and the Contractor is restricted from reproducing the image(s) of NARA in any form of commercial advertising or similar promotion without the expressed written permission of the CO. This includes images of official seals and buildings, which is controlled by NARA.

G. The Contractor must not release confidential IRS information unless the disclosure is authorized under the provisions of the IRC, the Privacy Act, Title 18 U.S.C., and the terms of the respective IRS Contract. Unauthorized disclosures by any Contractor employee could subject him/her to civil and criminal penalties under Title 26 U.S.C. sections 7213, 7213A, and 7431, Title 5, U.S.C. section 552a of the Privacy Act, and Title 18 U.S.C. sections 641 and 3571.
 
IV. STANDARDS OF CONDUCT
a. The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the contract work is performed. Each employee or supervisor of the Contractor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government.
b. The Contractor shall be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards.
c. Where applicable, the requirements of this clause shall be expressly incorporated into subcontract(s) and shall be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this contract.
d. The Government retains the right to permanently remove any employee of the Contractor from performing duties assigned under this contract at the federal building or grounds should the employee's performance so warrant. The Government will request the Contractor to immediately remove any employee of the Contractor from the federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Contractor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all inclusive) are considered justification for requesting the Contractor to immediately remove an employee from a federal building/work site:

(1) Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite;
(2) Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records;
(3) Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which, interfere with the normal and efficient operations of the Government;
(4) Theft, vandalism, immoral conduct, or any other criminal actions;
(5) Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects;
(6) Improper use of official authority or credentials, as a supervisor or employee of the Contractor;
(7) Violation of Agency anti-discrimination and anti-harassment policies, including but not limited to NARA 396;
(8) Violation of Agency and Contractor security procedures and regulations; and
(9) Violation of the rules and regulations governing federal public buildings and grounds set forth in 41 CFR Subpart 102-74 Conduct on Federal Property and NARA's building regulations in 36 CFR 1280.
e. Following a recommendation from an Agency program official or security officer, the Contracting Officer will make all determinations regarding the removal of any employee of the Contractor from and denial/termination of clearance and access to the federal building worksite for non-performance, misconduct, or failure to abide by all laws and regulations. The Contracting Officer will verbally inform the Contractor about the employee, followed by a written confirmation or determination. Specific reasons for the removal of an employee will be provided to the Contractor in writing. In the event of a dispute, the Contracting Officer will make a final determination.
f. Upon a determination of the Government that an employee of the Contractor be removed from or denied access to a federal building worksite, the employee's clearance and access to the federal building shall be immediately revoked or otherwise terminated. Furthermore, if applicable, the building pass and/or other access device(s) previously given to the employee shall be immediately surrendered, returned, or delivered to the security officer of the federal building.
g. During the course of this contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with confidential documents and confidential information about documents and proposed Federal Agency actions. The Contractor, including Contractor's personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this contract except to Authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this contract. The limitations above do not apply to data or information that has been made public by the Government.
V. PHYSICAL ACCESS SUITABILITY
(a) The Government will have, and will exercise, full and complete control over granting, denying, withholding or terminating suitability determinations for all contract employees granted access to Government facilities. All employees assigned to positions requiring access to NARA facilities or interaction with original records under this contract shall be subject to back¬ground investigations at the "National Agency Check with Inquiries" (NACI) level. Contractor personnel with access to NARA Desktop Common Productivity Tools shall also be required to comply with this requirement. The Government may, as it deems appropriate, authorize and grant temporary access to employees of the Contractor and its subcontractors. However, the granting of temporary access to any such employee will not be considered as assurance that full suitability determination will follow as a result or condition thereof. The granting of either temporary or full access will in no way prevent, preclude, or bar the withdrawal or termination of any such suitability determination by the Government as deemed necessary to protect facilities or original records.
(b) Unless otherwise specified, the Contractor must submit to the NARA Technical Point of Contact (TPOC) as soon as possible, but not later than ten (10) working days before contract performance is required to begin, one (1) completed Form FD 258, Fingerprint Chart; one (1) background investigation form (SF 85, SF-85-P or SF-86, as applicable)((this may be through e-QIP system with prior coordination with the NARA Personnel Security Office); one (1) Form I-9, Employment Eligibility Verification; and one (1) Declaration for Federal Employment, Optional Form 306 (OF 306) for those officers of the firm who may visit the worksite during the period of this contract and for all employees who have access to the buildings in the performance of the contract work. These forms must be submitted for replacement employees (10) days before entrance on duty. The Government will be responsible for processing these forms and adjudicating the results of the investigations. If the Government receives an unsuitable report on any employee after processing these forms, the Contractor will be advised immediately that such employee cannot continue to work, or be assigned to work, under this contract. Contractors, who hire employees investigated and determined suitable during employment with preceding Contractors, are not required to submit another set of these forms, if the employee has been determined suitable within the past three (3) years, unless specifically requested to do so by the NARA TPOC.
(c) During the course of this contract, regardless of where the work is being performed, in a NARA facility or another location authorized by the contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the provisions of the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with sensitive documents and sensitive information about documents and quoted Federal Agency actions. The Contractor, including Contractor's personnel, subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government.
(d) If Contractor Personnel have a completed NACI from another Federal Agency, verification of the completed NACI must be forwarded to the NARA Personnel Security Officer. This may require obtaining a copy of the completed investigation. If Contractor Personnel possess a National Security Clearance through another Federal Agency, the granting agency must provide verification of the Clearance to the NARA Personnel Security Officer. A National Security Clearance shall suffice in the event the personnel are performing work at NARA that only requires an investigation below that required for a National Security Clearance.

(e) The requirements of this clause are applicable to, and must flow down, to all subcontractors who will work at NARA facility(ies).
VI. IDENTIFICATION/BUILDING PASS
Photo Identification Badges will be provided to those that meet the below Physical Access Suitability requirements. The Contractor shall make its personnel available for photo identification badges on a schedule to be determined by the NARA TPOC. The badges will be made by the Government utilizing supplies, materials and equipment provided by the Government. Each Contractor employee shall sign the appropriate badge at the time of photographing.
(a) Contractor personnel designated to receive an ID/Building Pass will be subjected to NACI background investigation and must be approved in accordance with Homeland Security Presidential Directive-12 (HSPD-12) and OMB guidance M-05-24.
(b) The Contractor is responsible for ensuring that each of its employees performing work under this contract display their photo-identification badges at all times they are present on-duty in the building. Refusal or repeated neglect to display the photo-identification may result in an unsuitable determination.
(c) Upon termination, resignation or other event leading to a contractor employee leaving duty under this contract, the Contractor is responsible for returning all Government identification, building passes, keys, and other Government property issued to that employee. Failure on the part of the Contractor may result in the Contractor's liability for all costs associated with correcting the resultant breech in building security.
(d) The Contractor shall notify the NARA TPOC when the employee badges are lost. It shall be the responsibility of the Contractor to pay for replacement badges at the current replacement cost per badge.
(e) The requirements of this clause are applicable to and shall be flowed down to all subcontractors who will work at the Archives facility(ies).
 
 
 
 
 
VII. RECORDS MANAGEMENT OBLIGATIONS
A. Applicability
These NARA terms and conditions apply to all Contractors whose employees create, work with, or otherwise handle Federal records, as defined in Section B, regardless of the medium in which the record exists.
B. Definitions
"Federal record" as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transaction of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the United States Government or because of the informational value of data in them. Federal record:
(1) includes National Archives and Records Administration records.
(2) does not include personal files.
(3) applies to records created, received, or maintained by Contractors pursuant to their National Archives and Records Administration contract.
(4) May include deliverables and documentation associated with deliverables.
C. Requirements
(1) Contractor agrees to comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, or mode of transmission, or state of completion.
(2) In accordance with 36 C.F.R. 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.
(3) In accordance with 36 C.F.R. 1222.32, Contractor must maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.
(4) No disposition of Federal records will be allowed without the prior written consent of the Head of the Contracting Activity, acting in accordance with the provisions of a NARA approved agency records schedules. NARA and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of NARA or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701.
(5) The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the contract. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to NARA control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4).
(6) The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and NARA guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information.
(7) The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with NARA policy.
(8) The Contractor shall not create or maintain any records containing any non-public NARA information that are not specifically tied to or authorized by the contract.
(9) The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.
(10) NARA owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which NARA shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20.
(11) Initial Training. All Contractor employees assigned to this contract and who work with or otherwise handle Federal records are required to take agency-provided records management training within thirty days after award of the contract or within thirty days of an employee beginning work on the contract. The Contractor is responsible for maintaining records confirming that all required employees complete the training.
(12) Annual training. All Contractor employees assigned to this contract and who work with or otherwise handle Federal records will be required to complete annual records management training. The Contractor employees will be notified via their email address of the deadline for this obligation each year. The Contractor is responsible for maintaining records confirming all required Contractor employees completed training.
D. Flowdown of Requirements to Subcontractors
(1) The Contractor shall incorporate the substance of these terms and conditions and requirements including this paragraph, in all subcontracts under this contract, and require written subcontractor acknowledgment of same.
(2) Violation by a subcontractor of any provision set forth in these terms and conditions will be attributed to the Contractor.
 
ATTACHMENT 4
RFQ INFORMATION SHEET
Contractors must complete all applicable information on this sheet and submit it with their quotation. Failure to do so may render the quotation unacceptable for receipt of the order.
Specific Terms, Conditions, and Administrative information
PAYMENT TERMS: ________________________________________________________________
DELIVERY DATE: ___________________________________________________________________

WARRANTY: ______________________________________________________________________
NAME AND ADDRESS OF QUOTER: ________________________________________________
________________________________________________________________________

TELEPHONE NO (INCLUDE AREA CODE): __________________________

FAX NUMBER: ___________________________
E-MAIL ADDRESS: _____________________________________
ENROLLED IN SYSTEM FOR AWARD MANAGEMENT (SAM)? Yes____ No____

CAGE CODE NUMBER: _____________________________________

DUNS: _______________________________________

Vendor Certification: [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.]

NAME AND TITLE OF SIGNER: __________________________________

DATE OF QUOTATION: ___________________________________

SIGNATURE OF PERSON AUTHORIZED TO SIGN: ______________________________
 
ATTACHMENT 5
EVALUATION FACTORS FOR AWARD

In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined in this RFQ. NARA intends to award a firm fixed price order to the responsible Contractor whose quotation, conforming to the RFQ, will be most advantageous to the Government. All evaluation factors other than price are significantly more important than price.
1. Technical Understanding and Approach. The Government will assess the Contractor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives; understanding of, and approach to the work that the Contractor would have to perform under the prospective purchase order. The Government will assess whether the Contractor exhibits adequate techniques and approaches to meet purchase order needs and provide effective and efficient services.
2. Relevant Past Performance. The Contractor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous work.
3. Price. Contractor's price will be considered.
 
 
 
 
 
 
 
 
 
 
 

ATTACHMENT 6
QUOTATION SUBMISSION INSTRUCTIONS
The National Archives and Records Administration (NARA) requires Contractors to provide a written quotation to NARA officials for the purposes of assuring that the prospective Contractor fully understands the scope of this contract and has the capability to complete all Performance Work Statement (PWS) requirements. NARA intends to issue a firm fixed price order based on initial quotations. NARA will incorporate the written quotation into the contract.
1. Content of the Technical Quotation (Volume 1). The Contractor's technical quotation to the Government must demonstrate the Contractor's technical understanding and approach, and relevant past performance as shown separately below. The purpose of the technical quotation is to enable the Government to assess and determine the soundness of each Contractor's capabilities in accordance with the Evaluation Factors for Award contained in Attachment 5. As such, it is in the Contractor's interest to refrain from using statements such as "the Contractor understands", "the Contractor can and will comply with the requirements", "standard procedures will be used", "well known techniques will be used", or statements that paraphrase/re-state the Performance Work Statement in whole or in part. The technical quotation must not include any price or cost information. However, resource information such as data concerning labor hours, categories, material, and subcontracts must be contained in the quotation so that the Contractor's understanding of the PWS can be evaluated in accordance with the Evaluation Factors for Award contained in Attachment 5.
a. Technical Understanding and Approach. The Government will assess the Contractor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives; understanding of, and approach to the work that the Contractor would have to perform under the prospective contract. The Government will assess whether the Contractor exhibits adequate techniques and approaches to meet contract needs and provide effective and efficient services.
2. Relevant Past Performance Information (Volume 2). The Contractor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous work;
a. Relevant Past Performance. The Contractor shall submit no more than three references for relevant past performance during the last five years.
The quotation must describe the Contractor's recent and relevant corporate performance on contracts or task orders related to the description of services. Relevant contracts or task orders are of similar scope, magnitude, nature, and work. The Contractor's relevant past performance information must include the following:
i. Contract Number(s); type of contract; period of performance; total original, present, or final contract dollar value; and specify whether the Contractor was the prime Contractor or the subcontractor. (Please verify the telephone numbers provided are current and correct).
ii. Company or Agency's name, address, e-mail address, telephone and fax numbers (both contractual and technical personnel) at the Federal, State, Local Government, or Commercial entity for which the contract was performed. If Contractor was performing as a subcontractor on the contract, they must clearly indicate the extent of involvement of subcontractor work in the effort such as 40% of the total labor hours or total contract dollar value.
iii. Detailed description of the work performed and comparability to the proposed effort. Rationale must be provided to demonstrate how contract work is comparable to proposed effort.
iv. Clear statements describing whether the contract services and schedules were completed on time, with a quality product conforming to the contract, without any degradation in performance or customer satisfaction. Provide an assessment of the performance (technical and schedule) on these past programs and support these assessments with metrics, such as award or incentive fees earned.
v. The number; type; frequency; duration and impact of any quality, delivery or cost problems in performing the contract; the corrective action taken, if any; and the effectiveness of the corrective action.
vi. Contractors must submit similar past performance information on proposed significant or critical subcontractors. Subcontractor past performance must be relevant to that required under this RFQ and to the work to be subcontracted. The quote must describe the amount of work and criticality of the work to be subcontracted. Such subcontractor work must clearly indicate the extent of involvement of the subcontractor(s) in the proposed effort such as 40% of the total labor hours and why such subcontractor experience is relevant considering the subcontractor effort proposed.
b. Relevant Past Performance Questionnaire. The Government requests that Attachment 7, Relevant Past Performance Questionnaire, be forwarded to your references, completed by your references, and returned by your references directly to the NARA Contract Specialist shown below by 12:00 p.m. eastern time on September 4, 2019 (ideally timed to coincide with submission of Quotation).
Ms. Cynthia Jones
E-mail: Cynthia.Jones@nara.gov
It is the responsibility of the Contractor to ensure that the references submit the completed relevant past performance questionnaires in a timely manner. Contractors are encouraged to verify that references are willing to provide the service prior to designating the person/agency as a reference.
Note: Failure to submit the required Relevant Past Performance Information (Relevant Past Performance Volume and Relevant Past Performance Questionnaires) by the due date may result in rejection of the quote unless the Contractor has certified that it has no relevant, directly related or similar past performance experiences. If a Contractor has no relevant past performance it MUST submit a statement affirming it has no relevant past performance.
3. Price Quotation (Volume 3). Contractors are encouraged to discount their prices. Price quotations shall be submitted in accordance with Attachment 2, Schedule of Prices.
a. The Contractor must provide the following information on the first page of the pricing quotation:
(i) RFQ Number;
(ii) Name and address of Contractor;
(iii) Name and telephone number of point of contact;
(iv) Name of contract administration office (if available);
(v) Type of order; and
(vi) Proposed prices per the Schedule of Prices - best prices offered to the Government (See Attachment 2).
b. The Contractor must separately identify and explain known other direct costs (ODC), e.g. subcontract, applicable material, parts, etc., for services. The Government reserves the right to not pay for ODCs which are not clearly identified and explained in the Contractor's quotation. The Government does not guarantee that all ODCs will be included in the resulting contract.
4. Quotation Submission. In order for your quotation to be considered complete and eligible for evaluation, you must submit the following information not later than 12:00 p.m. eastern time September 4, 2019. Quotations are to be submitted in three volumes: Volume 1, Technical Quotation, Volume 2, Relevant Past Performance, and Volume 3, Price Quotation.

a. Volume 1: Email the technical quotation
b. Volume 2: Email Relevant Past Performance; Relevant Past Performance Information
c. Volume 3: Email Attachment 2, Schedule of Prices, including supporting price data and Attachment 6, paragraph 3, Price Quotation.
 
 
 
 
ATTACHMENT 7
RELEVANT PAST PERFORMANCE QUESTIONNAIRE

Note: To be completed by your references and returned by your references to the Contract Specialist by the date specified. Failure to do so may result in rejection of your quotation.
Your organization has been identified for participation in the past performance evaluation on a current solicitation at the National Archives and Records Administration (NARA), College Park, MD. This survey will be used to evaluate the past performance for the Contractor and contracting action identified below.

Your candid response to the questions is important to our evaluation effort and may affect the award outcome. Please indicate "N/A" in any area which is not applicable to work performed on your contracting action. The names of individuals supplying past performance information will remain confidential.
Please take a moment to complete the following survey and email the completed and signed survey to the contact listed below by no later than 12:00 p.m. eastern time on September 4, 2019. A representative of NARA may contact you to arrange a time for a phone interview to review the survey. If you have any questions regarding this survey please contact:
Ms. Cynthia Jones
Cynthia.jones@nara.gov
The following information is being requested:

Contractor's name, operating unit and address: ________________________________________
______________________________________________________________________________
Type of order: _______________________________________________________________
Program name: ________________________________________________________________
Order initiation date: _________________________________________________________
Order completion date (including extensions):______________________________________
Years remaining: ____________________________
 
 

Describe any schedule changes and reasons for schedule changes (if any):
__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Award amount: _______________________________________________________________
Current Order dollar value (including exercised options and extensions): __________________
Projected final Order dollar value (including exercised options and extensions):
_____________________________________________________________
Reason why award amount and current or projected final Order dollar value differs (if they differ):________________________________________________________________________
____________________________________________________________________________________________________________________________________________________________________________________
Description of the work performed (include the size, scope, and complexity of the project):
________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
 
 
 
 
 
 
 

1. Please rate each item listed below (circling is preferable; Use "1" through "5" with "5" being outstanding and "1" being unsatisfactory; N/O means (Not Observed)) and Provide Comments to identify Specific Strengths/Weaknesses in each area
A1. Quality of Products or Services: Assess the quality of the Contractor's conformance to order requirements, specifications, and standards of good workmanship (e.g., technical and professional standards).
Issue Anticipation/Prevention 5 4 3 2 1 N/O
Problem identification and resolution 5 4 3 2 1 N/O
Oral and written communications 5 4 3 2 1 N/O
Thoroughness 5 4 3 2 1 N/O
Extent deliverables were complete and accurate 5 4 3 2 1
Overall Quality 5 4 3 2 1 N/O
Comments (List specific strengths and weaknesses):
 
 

A2. Proficiency in:
Communication with POC 5 4 3 2 1 N/O
Record Keeping 5 4 3 2 1 N/O
Comments (List specific strengths and weaknesses):
 
 

A3. Management of Personnel: Assess the Contractor's success selecting and retaining personnel managing sub-Contractor's staff, and replacing personnel when necessary.
Capacity and ability to Assign Qualified Personnel 5 4 3 2 1 N/O
Replacement Speed and Quality 5 4 3 2 1 N/O
Ability to Retain Qualified Personnel 5 4 3 2 1 N/O
Ability to Manage staff, including Subcontractors 5 4 3 2 1 N/O
Willingness and ability to replace Personnel when necessary. 5 4 3 2 1 N/O
Comments (List specific strengths and weaknesses):
 
 
 
B. Timeliness of Performance - Assess the timeliness of the Contractor's against the completion of the order(s), milestones, delivery schedules, administrative requirements (e.g., efforts that contribute to or affect the schedule variance).
Extent to which performance objectives were met on schedule 5 4 3 2 1 N/O
Extent to which deliverables were provided on time 5 4 3 2 1 N/O
Extent to which Invoices were submitted on time 5 4 3 2 1 N/O
Comments (List specific strengths and weaknesses):
 
 

C. Cost Control - Assess the Contractor's effectiveness in forecasting, managing, and controlling task order costs (*Do not rate this item for Firm Fixed Priced orders).
Performed Within Estimates 5 4 3 2 1 N/O
Cost Consciousness 5 4 3 2 1 N/O
Comments (List specific strengths and weaknesses):
 
 
 
D. Business Relations - Assess the integration and coordination of relationships needed to execute the order
Business/Contracting Relations 5 4 3 2 1 N/O
Response to Change 5 4 3 2 1 N/O
Subcontract Management 5 4 3 2 1 N/O
Interaction with End Users 5 4 3 2 1 N/O
Extent of End User Satisfaction 5 4 3 2 1 N/O
Responsiveness 5 4 3 2 1 N/O
Problem Resolution 5 4 3 2 1 N/O
Comments (List specific strengths and weaknesses):
 
 
 
2. Overall Assessment: (please circle)
5
4
3
2
1
NOT OBSERVED
Comments (List any major strengths and major weaknesses):
 

3. Has any adverse past performance information identified above been shared with the Contractor's?
( ) Yes: Written or Oral?
Date__________
( ) No: NARA may provide the Contractor's with an opportunity to respond to any adverse past performance information.
( ) N/A
NAME: _______________________________ DATE: ___________________________
SIGNATURE: _________________________ PHONE NUMBER: ___________________
ATTACHMENT 8
FAR CLAUSES
I. IMPORTANT INFORMATION FOR CONTRACTORS: Depending on the final results of the award, the resulting order from this solicitation will include some or all of the following FAR clauses:
FAR 52.212-1, Instructions to Offerors-Commercial Item (Oct 2018); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018) - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018) -- see Attachment 3, Additional NARA Terms and Conditions for Addenda to this clause.
II. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2019)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (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 (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).

(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (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 (Oct 2018) (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]

(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 (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).

(17)
(i)52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4))
(ii) Alternate I (Jan 2017) 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 (Aug 2018) of 52.219-9

(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

(19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).

(20) 52.219-16, Liquidated Damages-Subcontracting 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. 657f).

X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

(23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

X (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).

(26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126).

X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

X (28)
(i)52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
(ii) Alternate I (Feb 1999) of 52.222-26.
(29)
(i)52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(ii) Alternate I (July 2014) of 52.222-35.

(30)
X (i)52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).
(ii) Alternate I (July 2014) of 52.222-36.

(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)
X (i)52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

(35)
(i)52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

(37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693).

(38)
(i)52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).
(ii) Alternate I (Oct 2015) of 52.223-13.

(39)
(i)52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-14.

(40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

(41)
(i)52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-16.

X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

(43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

(44) 52.223-21, Foams (Jun 2016) (E.O. 13693).

(45)
X (i)52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).
(ii) Alternate I (Jan 2017) of 52.224-3.

(46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).

(47)
(i)52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
(ii) Alternate I (May 2014) of 52.225-3.
(iii) Alternate II (May 2014) of 52.225-3.
(iv) Alternate III (May 2014) of 52.225-3.

(48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

(50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

(52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

(53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).

(54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).

X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

(56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).

(57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).

(58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

(59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).

(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.
(iii) Alternate II (Feb 2006) 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) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

(2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 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).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)
(1)Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (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 $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.
(vi) 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.
(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246).
(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212).
(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).
(xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212)
(xii) 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.
(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
(xiv)
(A)52.222-50, Combating Trafficking in Persons (Jan 2019) (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).
(xv) 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).
(xvi) 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).
(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xx)
X (A)52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
X (B) Alternate I (Jan 2017) of 52.224-3.
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
III. FAR 52.204-7 System for Award Management (Oct 2018)
(a) Definitions. As used in this provision-
"Electronic Funds Transfer (EFT) indicator" means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity.
"Registered in the System for Award Management (SAM)" means that-
(1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into SAM;
(2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in SAM;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and
(4) The Government has marked the record "Active".
"Unique entity identifier" means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers.
(b)(1) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in SAM.
(c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information:
(1) Company legal business name.
(2) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(3) Company Physical Street Address, City, State, and Zip Code.
(4) Company Mailing Address, City, State and Zip Code (if separate from physical).
(5) Company telephone number.
(6) Date the company was started.
(7) Number of employees at your location.
(8) Chief executive officer/key manager.
(9) Line of business (industry).
(10) Company Headquarters name and address (reporting relationship within your entity).
(d) Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://www.sam.gov for information on registration.
IV. FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
(a) Definitions. As used in this clause-
"Electronic Funds Transfer (EFT) indicator" means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management (SAM) records for identifying alternative EFT accounts (see subpart 32.11) for the same entity.
"Registered in the System for Award Management (SAM)" means that-
(1) The Contractor has entered all mandatory information, including the unique entity identifier and the EFT indicator (if applicable), the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into SAM;
(2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in SAM;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and
(4) The Government has marked the record "Active".
"System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes-
(1) Data collected from prospective Federal awardees required for the conduct of business with the Government;
(2) Prospective contractor-submitted annual representations and certifications in accordance with FAR subpart 4.12; and
(3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits.
"Unique entity identifier" means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers.
(b) If the solicitation for this contract contained the provision 52.204-7 with its Alternate I, and the Contractor was unable to register prior to award, the Contractor shall be registered in SAM within 30 days after award or before three days prior to submission of the first invoice, whichever occurs first.
(c) The Contractor shall maintain registration in SAM during contract performance and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement. The Contractor is responsible for the currency, accuracy and completeness of the data within SAM, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in SAM after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in SAM to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(d)
(1)
(i) If a Contractor has legally changed its business name or "doing business as" name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to-
(A) Change the name in SAM;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (d)(1)(i) of this clause, or fails to perform the agreement at paragraph (d)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract.
(3) The Contractor shall ensure that the unique entity identifier is maintained with the entity designated at www.sam.gov. for establishment of the unique entity identifier throughout the life of the contract. The Contractor shall communicate any change to the unique entity identifier to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the unique entity identifier does not necessarily require a novation be accomplished.
(e) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.sam.gov.
V. FAR 52.212-2 Evaluation-Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical Understanding and Approach
Relevant Past Performance
Price
Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
VI. FAR 52.217-5 Evaluation of Options (Jul 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
VII. FAR 52.217-6 Option for Increased Quantity (Mar 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
VIII. FAR 52.217-8 Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
IX. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years, six (6) months.
X. FAR 52.224-3 Privacy Training (Jan 2017)
(a) Definition. As used in this clause, "personally identifiable information" means information that can be used to distinguish or trace an individual's identity, either alone or when combined with other information that is linked or linkable to a specific individual. (See Office of Management and Budget (OMB) Circular A-130, Managing Federal Information as a Strategic Resource).
(b) The Contractor shall ensure that initial privacy training, and annual privacy training thereafter, is completed by contractor employees who-
(1) Have access to a system of records;
(2) Create, collect, use, process, store, maintain, disseminate, disclose, dispose, or otherwise handle personally identifiable information on behalf of an agency; or
(3) Design, develop, maintain, or operate a system of records (see also FAR subpart 24.1 and 39.105).
(c)(1) Privacy training shall address the key elements necessary for ensuring the safeguarding of personally identifiable information or a system of records. The training shall be role-based, provide foundational as well as more advanced levels of training, and have measures in place to test the knowledge level of users. At a minimum, the privacy training shall cover-
(i) The provisions of the Privacy Act of 1974 (5 U.S.C. 552a), including penalties for violations of the Act;
(ii) The appropriate handling and safeguarding of personally identifiable information;
(iii) The authorized and official use of a system of records or any other personally identifiable information;
(iv) The restriction on the use of unauthorized equipment to create, collect, use, process, store, maintain, disseminate, disclose, dispose or otherwise access personally identifiable information;
(v) The prohibition against the unauthorized use of a system of records or unauthorized disclosure, access, handling, or use of personally identifiable information; and
(vi) The procedures to be followed in the event of a suspected or confirmed breach of a system of records or the unauthorized disclosure, access, handling, or use of personally identifiable information (see OMB guidance for Preparing for and Responding to a Breach of Personally Identifiable Information).
(2) Completion of an agency-developed or agency-conducted training course shall be deemed to satisfy these elements.
(d) The Contractor shall maintain and, upon request, provide documentation of completion of privacy training to the Contracting Officer.
(e) The Contractor shall not allow any employee access to a system of records, or permit any employee to create, collect, use, process, store, maintain, disseminate, disclose, dispose or otherwise handle personally identifiable information, or to design, develop, maintain, or operate a system of records unless the employee has completed privacy training, as required by this clause.
(f) The substance of this clause, including this paragraph (f), shall be included in all subcontracts under this contract, when subcontractor employees will-
(1) Have access to a system of records;
(2) Create, collect, use, process, store, maintain, disseminate, disclose, dispose, or otherwise handle personally identifiable information; or
(3) Design, develop, maintain, or operate a system of records.
Alternate I (JAN 2017). As prescribed in 24.302(b), if the agency specifies that only its agency-provided training is acceptable, substitute the following paragraph (c) for paragraph (c) of the basic clause:
(c) The contracting agency will provide initial privacy training, and annual privacy training thereafter, to Contractor employees for the duration of this contract.
XI. FAR 52.232-13 -- Notice of Progress Payments (Apr 1984)
The need for customary progress payments conforming to the regulations in Subpart 32.5 of the Federal Acquisition Regulation (FAR) will not be considered as a handicap or adverse factor in the award of the contract. The Progress Payments clause included in this solicitation will be included in any resulting contract, modified or altered if necessary in accordance with subsection 52.232-16 and its Alternate I of the FAR. Even though the clause is included in the contract, the clause shall be inoperative during any time the contractor's accounting system and controls are determined by the Government to be inadequate for segregation and accumulation of contract costs.
 

XII. FAR 52.232-16 -- Progress Payments (Apr 2012)
The Government will make progress payments to the Contractor when requested as work progresses, but not more frequently than monthly in amounts of $2,500 or more approved by the Contracting Officer, under the following conditions:
(a) Computation of amounts.
(1) Unless the Contractor requests a smaller amount, the Government will compute each progress payment as 80 percent of the Contractor's total costs incurred under this contract whether or not actually paid, plus financing payments to subcontractors (see paragraph (j) of this clause), less the sum of all previous progress payments made by the Government under this contract. The Contracting Officer will consider cost of money that would be allowable under FAR 31.205-10 as an incurred cost for progress payment purposes.
(2) The amount of financing and other payments for supplies and services purchased directly for the contract are limited to the amounts that have been paid by cash, check, or other forms of payment, or that are determined due will be paid to subcontractors--
(i) In accordance with the terms and conditions of a subcontract or invoice; and
(ii) Ordinarily within 30 days of the submission of the Contractor's payment request to the Government.
(3) The Government will exclude accrued costs of Contractor contributions under employee pension plans until actually paid unless--
(i) The Contractor's practice is to make contributions to the retirement fund quarterly or more frequently; and
(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any contribution remaining unpaid shall be excluded from the Contractor's total costs for progress payments until paid).
(4) The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause:
(i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting principles and practices.
(ii) Costs incurred by subcontractors or suppliers.
(iii) Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or amortized portion of such costs.
(iv) Payments made or amounts payable to the subcontractors or suppliers, except for--
(A) completed work, including partial deliveries, to which the Contractor has acquired title; and
(B) Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title.
(5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.
(6) The total amount of progress payments shall not exceed 80 percent of the total contract price.
(7) If a progress payment or the unliquidated progress payments exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) above, the Contractor shall repay the amount of such excess to the Government on demand.
(8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2,500. The Contracting Officer may make exceptions.
(9) The costs applicable to items delivered, invoiced, and accepted shall not include costs in excess of the contract price of the items.
(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or 80 percent of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidation's and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.
(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:
(1) The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below).
(2) Performance of this contract is endangered by the Contractor's --
(i) Failure to make progress; or
(ii) Unsatisfactory financial condition.
(3) Inventory allocated to this contract substantially exceeds reasonable requirements.
(4) The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business.
(5) The fair value of the undelivered work is less than the amount of unliquidated progress payments for that work.
(6) The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in paragraph (b) above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above.
(d) Title.
(1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the date of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.
(2) "Property," as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.
(i) Parts, materials, inventories, and work in process;
(ii) Special tooling and special test equipment to which the Government is to acquire title;
(iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other similar manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable clauses of this contract; e.g., the termination clauses, shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officer's approval, but the proceeds shall be credited against the costs of performance.
(5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officer's advance approval of the action and the terms. The Contractor shall
(i) exclude the allocable costs of the property from the costs of contract performance, and
(ii) repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or credit memorandum.
(6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not --
(i) Delivered to, and accepted by, the Government under this contract; or
(ii) Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the Government under this clause.
(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.
(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is lost (see 45.101).
(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.
(g) Reports and access to records.
(1) The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information (including estimates to complete) reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractor's books, records, and accounts.
(2) The Contractor shall furnish estimates to complete that have been developed or updated within six months of the date of the progress payment request. The estimates to complete shall represent the Contractor's best estimate of total costs to complete all remaining contract work required under the contract. The estimates shall include sufficient detail to permit Government verification.
(3) Each Contractor request for progress payment shall:
(i) Be submitted on Standard Form 1443, Contractor's Request for Progress Payment, or the electronic equivalent as required by agency regulations, in accordance with the form instructions and the contract terms; and
(ii) Include any additional supporting documentation requested by the Contracting Officer.
(h) Special terms regarding default. If this contract is terminated under the Default clause,
(i) the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and
(ii) title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.
(i) Reservations of rights.
(1) No payment or vesting of title under this clause shall-
(i) Excuse the Contractor from performance of obligations under this contract; or
(ii) Constitute a waiver of any of the rights or remedies of the parties under the contract.
(2) The Government's rights and remedies under this clause-
(i) Shall not be exclusive but rather shall be in addition to any other rights and remedies provided by law or this contract; and
(ii) Shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.
(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or divisions, if the following conditions are met:
(1) The amounts included are limited to-
(i) The unliquidated remainder of financing payments made; plus
(ii) Any unpaid subcontractor requests for financing payments.
(2) The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work and the first delivery, or, if the subcontractor is a small business concern, 4 months.
(3) If the financing payments are in the form or progress payments, the terms of the subcontract or interdivisional order concerning progress payments --
(i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;
(ii) Are at least as favorable to the Government as the terms of this clause;
(iii) Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor;
(iv) Are in conformance with the requirements of FAR 32.504(e); and
(v) Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the Government's right to require delivery of the property to the Government if --
(A) The Contractor defaults; or
(B) The subcontractor becomes bankrupt or insolvent.
(4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments-
(i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232-32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;
(ii) Are in conformance with the requirements of FAR 32.504(f); and
(iii) Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the Government's right to require delivery of the property to the Government if-
(A) The Contractor defaults; or
(B) The subcontractor becomes bankrupt or insolvent.
(5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments-
(i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;
(ii) Are in conformance with the requirements of FAR 32.504(g); and
(iii) Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the Government's right to require delivery of the property to the Government if-
(A) The Contractor defaults; or
(B) The subcontractor becomes bankrupt or insolvent.
(6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.
(7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the Government to the Contractor under this contract.
(8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.
(9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.
(k) Limitations on undefinitized contract actions. Notwithstanding any other progress payment provisions in this contract, progress payments may not exceed 80 percent of costs incurred on work accomplished under undefinitized contract actions. A "contract action" is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on Contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at 80 percent of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed 80 percent of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.
(l) Due date. The designated payment office will make progress payments on the 30th day after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make a payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provisions of the Prompt Payment Act.
(m) Progress payments under indefinite-delivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.
Alternate I (Mar 2000). If the contract is with a small business concern, change each mention of the progress payment and liquidation rates excepting paragraph (k) to the customary rate of 85 percent for small business concerns (see FAR 32.501-1).
Alternate II (Apr 2003). If the contract is a letter contract, add paragraphs (n) and (o). The amount specified in paragraph (o) shall not exceed 80 percent of the maximum liability of the Government under the letter contract. The contracting officer may specify separate limits for separate parts of the work.
(n) The Contracting Officer will liquidate progress payments made under this letter contract, unless previously liquidated under paragraph (b) of this clause, using the following procedures:
(1) If this letter contract is superseded by a definitive contract, unliquidated progress payments made under this letter contract shall be liquidated by deducting the amount from the first progress or other payments made under the definitive contract.
(2) If this letter contract is not superseded by a definitive contract calling for the furnishing of all or part of the articles or services covered under the letter contract, unliquidated progress payments made under the letter contract shall be liquidated by deduction from the amount payable under the Termination clause.
(3) If this letter contract is partly terminated and partly superseded by a contract, the Government will allocate the unliquidated progress payments to the terminated and unterminated portions as the Government deems equitable, and will liquidate each portion under the relevant procedure in paragraphs (n)(1) and (n)(2) of this clause.
(4) If the method of liquidating progress payments provided in this clause does not result in full liquidation, the Contractor shall immediately pay the unliquidated balance to the Government on demand.
(o) The amount of unliquidated progress payments shall not exceed _______________ [Contracting Officer specify dollar amount].
Alternate III (Apr 2003). As prescribed in 32.502-4(d), add the following paragraph (n) to the basic clause. If Alternate II is also being used, redesignate the following paragraph as paragraph (p):
(p) The provisions of this clause will not be applicable to individual orders at or below the simplified acquisition threshold.
XIII. FAR 52.242-15 Stop-Work Order (Aug 1989)
(a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either-
(1) Cancel the stop-work order; or
(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract.
(b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-
(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and
(2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement.
(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.
XIV. Stop work Cancellation (April 2014)
The Contractor is required to report to work and resume full contract performance within six (6) hours of receiving notifications of the stop work cancellation unless otherwise instructed by the Contracting Officer and/or the Contracting Officer's Representative or NARA Point of Contact.
XV. FAR 52.252-1 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 or https://www.acquisition.gov/far/
XVI. 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):
http://farsite.hill.af.mil or https://www.acquisition.gov/far/.

Opportunity closing date
04 September 2019
Value of contract
to be confirmed

About the buyer

Address
National Archives and Records Administration Acquisitions Division United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?