United States - OCEANOGRAPHIC SPOOLER FOR USCGC HEALY
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 31 May 2019
- Opportunity publication date
- 17 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 16, 2019 9:49 am
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
(ii) Solicitation number 70Z04019Q61036Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016.
(iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
(iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order.
(v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:
ITEM 1: OCEANOGRAPHIC SPOOLER
QTY: 1
UNIT PRICE: ________________
TOTAL: ___________________
REQUIRED DELIVERY DATE: 01/05/2020
PROMISED DELIVERY DATE:______________________
1.0 SCOPE
This specification describes the requirements for the procurement of one (1) new Oceanographic Spooler for USCGC Healy (WAGB-20). This specification DOES NOT include installation of the equipment by the Vendor, but DOES include limited technical support by the Vendor to the United States Coast Guard (USCG) to ensure that the equipment is installed and functions correctly.
Component, documentation, and technical support items covered under this Procurement Specification are as follows:
• Oceanographic Spooler is defined as an assembled spooler, power unit, controls, and mounting base.
• The Vendor shall supply Provisioning Technical Data (PTD), Attachment 1, with their proposal response that includes certified technical manuals, and drawings to provide the United States Coast Guard (USCG) with sufficient information to produce Cutter specific installation drawings.
• The Vendor shall supply Engineering Data for Provisioning (EDFP), Attachment 2, on the system and components concurrent with the delivery of the equipment to allow the USCG to produce maintenance procedure cards (MPCs) and other logistical support documentation.
• The Vendor shall provide maintenance parts lists and a recommended onboard repair parts (OBRP) list for all components.
2.0 APPLICABLE DOCUMENTS
The following documents form a part of this Specification to the extent specified herein. The documents listed are by title and effective date, unless otherwise documented. Commercial documents may be listed in the Department of Defense Index of Specifications and Standards (DODISS). To obtain the referenced documents, see Section 6.1.
2.1 Government Documents
2.1.1 Standards, Military
a. MIL-STD-167-1A, Mechanical Vibrations of Shipboard Equipment (Type I -Environmental and Type II - Internally Excited), 2005.
b. MIL-STD-1399C Section 300A, Interface Standard for Shipboard systems, Electric Power, Alternating Current, 1988.
2.1.2 Specifications, Military
a. MIL-DTL-24643C, Cables, Electrical, Low Smoke Halogen-Free, For Shipboard Use General Specification, 2009.
2.2 Other Government Documents
2.2.1 Code of Federal Regulations (CFR)
a. Title 46, Subpart J (2012), Electrical Engineering
2.2.2 USCG Surface Forces Logistics Center (SFLC) Documents
a. D-084-0481 Rev A, Preservation, Packaging, and Marking
b. D-086-0508, 2008, Technical Documentation Specifications
c. Coast Guard Commandant Instruction (COMDTINST) M9085.1 (Series), Naval Engineering Computer Aided Design Standards.
d. Coast Guard Commandant Instruction (COMDTINST) M10360.3 (Series), Coatings and Color Manual.
e. Attachment 1 - Provisioning Technical Documentation (PTD)
f. Attachment 2 - Engineering Data for Provisioning (EDFP)
2.3 Commercial Documents
2.3.1 American Society for Quality Control (ASQC)
a. ANSI/ASQC 9001-2008, Quality Management Systems - Model for Quality Assurance in Design, Development, Production, Installation, and Servicing Requirements.
2.3.2 American Society for Quality (ASQ)
a. ANSI/ASQC Q9003 Quality Systems - Model for Quality Assurance in Final Inspection and Test
2.3.3 Institute of Electrical and Electronic Engineers (IEEE)
a. IEEE Standard 45, Recommended Practice and Electrical Installation on Shipboard, 2002.
2.3.4 National Conference of Standards Laboratories (NCSL)
a. ANSI/NCSL Z540.3-2006, Requirements for the Calibration of Measuring and Test Equipment
2.3.5 National Electrical Manufacturers Association (NEMA)
a. NEMA Std MG-1, Motors and Generators.
b. NEMA 250-2008, Enclosures for Electrical Equipment
c. NEMA Standard ICS-1- Industrial Control and Systems (series), 2003
2.3.6 Society of Naval Architects and Marine Engineers (SNAME)
a. T&R Bulletin 3-39, Guide for Shop and Installation Tests
2.4 Order of Precedence
In the event of a conflict between the text of this Specification and the references cited herein, this Specification takes precedence. The Vendor must notify the Contracting Officer (KO) in writing for a resolution of any ambiguity or conflict found in these Specifications prior to proceeding with any work.
3.0 REQUIREMENTS
The Vendor must provide all labor and material to provide one (1) new Oceanographic Spooler for installation on USCGC Healy (WAGB-20). The US Coast Guard will install the new spooler. Any materials, components, and labor sub-contracted in meeting the requirements herein are the responsibility of the Vendor.
3.1 Performance and General Requirements
3.1.1 Operational Requirements
a. All equipment furnished shall be suitable for use outdoors and above decks in a marine environment.
b. The equipment shall be capable of continuous operation in an environment with ambient air temperature ranging from -20°F to 125°F and with relative humidity from 0% to 95% inclusive.
c. Dynamic Operating Conditions - A ship roll of 90 degrees (double amplitude) in 9.5 seconds, a pitch of 6 degrees (double amplitude) in 6 seconds and a heave of 4 feet (double amplitude) in 11 seconds.
d. Static Conditions - A 15-degree list (either side) and a 5-degree trim (by bow or stern).
3.1.2 Cleanliness
After completion of factory testing and in preparation for preservation and shipping, all components, internal piping, and fluid connection points shall be cleaned, sealed and protected from entry of dirt and moisture.
3.1.3 Identification and Labeling
A corrosion resistant metal label plate shall be permanently affixed to the spooler. The label plate shall be engraved with the following information as a minimum:
3.1.3.1 Spooler Characteristics:
a. Manufacturer's Name
b. Manufacturer's Model No.
c. Manufacturer's Serial No.
d. Max Load at Drum Core
e. Max Load on Full Drum
f. Drum Speed (rpm)
g. Power Requirement (Volt/Amp)
h. Unit Weight
i. Deck Attachment Torque Spec.
3.1.4 Resistance to Marine Environment
Any portion of the system that requires painting shall be preserved per SFLC Standard Specification 6310, Coatings and Color Manual unless the original vendor coating treatment is specifically accepted by the Contracting Officer in advance.
3.1.5 Electrical Requirements
All electrical equipment and wiring shall comply with IEEE Standard 45 and 46 CFR Subchapter J
- Electrical Engineering. Only low-smoke cabling meeting MIL-DTL-24643C shall be used. Motors shall be equipped with TEFC enclosures and comply with NEMA Standard MG-1. They shall be rated for continuous duty in a marine environment, and sized to prevent overload in any operating condition that falls within the rated capabilities of the unit. Motor controllers shall meet NEMA Standard ICS-1. Electrical enclosures shall meet NEMA 250 Type 4X.
3.1.6 Interfaces
Equipment shall be compatible with all shipboard interfaces in accordance with MIL-STD-1399. Specific system interfaces will be defined in Section 3.2 of this specification.
3.1.7 Vibration Tolerance
Equipment shall be able to withstand all environmental and internally excited (Type I and Type II) vibration as defined in MIL-STD-167-1A without damage, loosening of fasteners or parts, or loss of electrical integrity.
3.2 Specific Requirements
3.2.1 Oceanographic Spooler
a. Installation type: Removable (Unit shall be self-contained, including HPU and all controls).
b. Rating: 7,000 lb line pull at drum core / 3,500 lb line pull on full drum.
c. Speed: 10 m/min at drum core / 20 m/min at 48" of wrap; free spool on payout.
d. Duty Cycle: Continuous / 8 hr run time.
e. Fleet angle: ± 30° Vertical, ± 8° Horizontal.
f. Drum Orientation: Horizontal, top feed.
g. Drum Width: 45"
h. Drum Diameter: 24"
i. Drum Flange Diameter: 60"
j. Drum Surface: Flat.
k. Mounting: Shall be able to be bolted to the existing deck sockets, w/ 24" grid bolt spacing, and 1"-8 UNC bolting. Feet shall be flexible and adjustable to account for deck sheer and camber. Bolt holes shall be slotted allow horizontal adjustment of 3", both transverse and longitudinal. 3" (min) D-ring mounting points shall be provided for use with chain gripes.
l. Maximum Empty Weight: 7,000 lb.
m. Power: 230/460VAC, 3 phase, 60 Hz, max 60 A, IP 68 plug meeting IEC 60309-1.
n. Hydraulic Fluid: ISO 46
o. Low temperature service: Unit shall have a hydraulic tank heater for use in
-20°F ambient temperatures.
p. Control: Remote pendant, with backup skid-mounted controls.
q. Safety Factor: 5:1 on safe working load of 7,000 lb.
r. Safety Equipment: Unit shall be fitted snapback protection appropriate for 7,000 lb SWL.
s. Lifting: Unit shall be fitted with integral 3" diameter (min) lifting eyes, and be sufficiently balanced for lifting with a single point hook.
t. Dimensions:
• Overall Length: 130"
• Width: 95"
• Height: 100"
u. Construction:
• Frame: Stainless Steel, AISI 316.
• Drum: Carbon Steel.
• Hardware: Stainless Steel, AISI 316.
v. Maintenance: Unit shall require minimal maintenance by ship's force, i.e. greasing and minor repairs performed with provided spares. Interval for major maintenance operations shall be such that they can be performed during depot maintenance availability.
3.3 Deviation from Specification
Departure from the specifications will not be allowed unless some benefit to the Government results.
a. If the Vendor finds it necessary to change or depart from any of the applicable requirements, it must request permission to do so from the Contracting Officer (KO) at the earliest possible time.
b. Requests by the Vendor for changes shall clearly describe the changes proposed, the reason for, and the advantages to the Government of the changes proposed. In addition, a detailed list of additional costs or savings (if any) that would result, shall also be included.
c. If the proposed change involves the substitution of another material or method for one specifically required, the Vendor shall submit the complete Specification(s) covering the requested method or material.
3.4 Design Improvement
Proposals submitted for design improvements to equipment or process that simplify or improve reliability and or maintainability, and or to improve performance, are encouraged. Such proposals may be submitted at any time during the contract using the Specification departure procedures as outlined herein.
3.5 Technical Documentation
Content for technical documentation (technical publications and drawings) to be provided by the Vendor shall be as defined herein and as defined in SFLC D-086-0508. The Vendor shall provide data rights documentation that allows publication on the Coast Guard Intranet and distribution to the Fleet. Quantities shall be provided as specified herein. Additional requirements for the content of technical documentation shall be as identified in Engineering Data for Provisioning (EDFP).
3.5.1 Technical Publication
a. The Vendor shall develop and provide a Technical Publication for the installation, operation and maintenance of the new components and system.
b. Draft Deliverable - One (1) paper and one (1) electronic draft copy of the Technical Publication shall be submitted for review and approval. Comments will be returned along with the assignment of a Coast Guard Document number.
c. Final Deliverable - One (1) paper (per ship set) and one (1) electronic copy of the Coast Guard approved Technical Publication shall be provided to the Coast Guard Contracting Officer or his/her representative. Electronic files include any source files used to produce the Technical Publication.
3.5.2 Drawings
a. The Vendor shall develop and provide spooler assembly drawings in AutoCADtm version 2009 in accordance with COMDTINST M9085.1 (Series) "Naval Engineering Computer Aided Design Standards." Standard Coast Guard drawing border templates are available upon request via the Coast Guard Contracting Officer or his/her representative.
b. Draft Deliverable - One (1) paper and one (1) electronic copy of preliminary Drawings shall be submitted for review and approval. Comments will be returned.
c. Final Deliverables - One (1) paper (per ship set) and one (1) electronic copy of Coast Guard approved Drawings shall be provided to the Coast Guard Contracting Officer or his/her representative. Electronic files include any source files used to produce the Drawings.
3.6 Integrated Logistics Support
The Vendor shall provide the following logistical support and information for the spooler. Revised documentation in response to the Government's initial review shall be deliverable prior to any subsequent deliveries. Modifications made to the equipment provided during the term of the contract must be accompanied by updates of all the following that relate to those changes.
3.6.1 Engineering Data for Provision (EDFP)
The Vendor shall provide Engineering Data for Provisioning (EDFP) in accordance with Attachment 2, and shall include a parts list containing all of the installed parts, the Original Equipment Manufacturer (OEM), OEM part or assembly numbers, the OEM's name and address, the OEM's cage code, quantity used in each piece of equipment, all keyed to the provided drawings or data sheets. All spare parts necessary for overhaul of a unit shall be identified in the printed technical documents.
3.6.2 Recommended Spare Parts List
The Vendor shall provide with the EDFP/PTD a recommended spare parts list for onboard repair parts (OBRP) and stock system parts. The spare parts list shall list applicable manufacturer's maintenance tasks for each line item (both preventive and corrective).
a. Onboard spare parts - Onboard spare parts are items that unit personnel can replace without additional special tools or technical support.
b. System Stock - System stock shall be the long lead-time materials (materials with lead times over 45 days) and manufacturer designated critical items. The stock system parts list shall include the OEM part number, CAGE Code, Part description, National Stock Numbers for parts already identified in the Federal Stock System, shelf life, special material/operation requirements, quantity. The government reserves the right to order part quantities less or greater than the vendor parts list.
3.6.3 OEM Maintenance Requirements
The Vendor shall provide with the EDFP/PTD a detailed description of OEM maintenance requirements to include:
a. Maintenance Procedure Title
b. Maintenance Procedure Interval
c. Maintenance Procedure Description
d. Maintenance Procedure Sequenced Tasks
e. Associated Parts Name
f. Associated Parts Part Number
g. Associated Parts Unit of Issue
h. Associated Parts Shelf Life
i. Associated Parts Unit Price
j. Special Tools and Equipment Nomenclature
k. Special Tools and Equipment and Part Number
3.7 Technical Support
3.7.1 Technical Representative
The Vendor shall have a technical representative available for response to questions by telephone within 24 hours of being contacted by the KO or by the KO's Technical Representative for a period of 1 year.
3.7.2 Technical Representative Qualifications
Representatives provided under this contract shall be regularly in the business of providing technical support services to spooler users and operators. The Vendor shall warrant and certify that all technical Representatives are fully qualified and have experience working on this or similar type of spooler.
3.8 Tests, Inspections, and Report
The Coast Guard reserves the right to witness any or all of tests performed. The Vendor shall retain records of all tests and submit them to the Contracting Officers Representative (COR). The performance of tests and the preparation of reports shall follow as applicable the guidance of SNAME T&R Bulletin 3-39, Guide for Shop and Installation Tests.
A report on the following tests shall be submitted which shall include description of test setup and procedure, photographs, logs of times for start and finish and any measurements taken during the test.
a. The spooler shall be subjected to a static load test of 150 percent of rated load. It must hold the load for a period of 10 minutes without creep or distortion.
b. Verify that the spooler can meet design requirements at all settings using either the pendant or the local controls.
c. The spooler shall be run without load at rated speed for a period of 1/2 hour in each direction. No abnormal heat, wear, or noise should be detected. Fluid temperature shall not exceed 180°F as measured at the outlet flange of the pump, with a minimum starting temperature of 100°F.
d. The spooler shall be run at rated load and rated speed for a period of 1/2 hour in each direction. No abnormal heat, wear, or noise should be detected. Fluid temperature shall not exceed 180°F as measured at the outlet flange of the pump, with a minimum starting temperature of 100°F.
e. The spooler shall be tested at 125% of working load for a period of 10 minutes in either direction to verify that it can handle an overload. For this test, there is no requirement for maintaining rated speed.
f. The spooler shall be subjected to a static test by placing a loop of line over the drum such that it is loaded without rotation at 90 degrees to the axis of the drum. Using the drum as a bitt, a load equal to 200 percent of the rated load shall be applied. After the load is held for 10 minutes, the unit shall be free of distortion or other damage.
3.9 Workmanship
g. All workmanship, materials, and components must be of the highest quality in every respect and of new manufacture and in full conformance with this Specification and associated drawings and documents.
h. All materials and components must be of first quality in every respect and of new manufacture. No used materials or components will be permitted.
i. Welded parts shall be free of weld splatter, porosity, undercuts and other defects.
j. Work on all critical and or load-bearing parts shall only be performed by properly certified craftsmen. Certificates shall be made available upon request.
k. All parts shall be free of burrs and sharp or ragged edges.
3.10 Notifications and Inspections
The vendor shall notify the Contracting Officer (KO) in writing at least fourteen (14) calendar days prior to the performance of any inspections or testing that will require Government attendance.
3.11 Provisioning Quality Control
The Vendor is responsible for the completeness and accuracy of all items provided under this Contract. The Government reserves the right to implement provisioning quality control which may include, but not be limited to:
a. Selective review of Vendor purchase orders and quotations to assure compliance with provisioning procedures.
b. Physical validation of installed component's and equipment's nameplate characteristics data against Vendor purchase orders, EDFP, construction or equipment drawings, labels and markings of equipment or component validated.
4.0 QUALITY ASSURANCE
4.1 General
The Vendor must maintain an inspection system which must insure that each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system must be documented and available for review by the Coast Guard.
4.2 Records
The Vendor must maintain records of all tests and inspections. The records as a minimum must indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective action taken. The Vendor must provide the CG Quality Assurance Inspector with completed copies of the certification testing results upon completion of testing. A copy of the test certification, including any tests by outside vendors or tests of subcontracted materials, must be provided to the Contracting Officer Representative (COR) and the quality assurance inspector when issued.
4.3 Calibration System
The Vendor must maintain a test equipment calibration program in compliance with ANSI/NCSL Z540.3-2006. The program must be documented and traceable to the National Institute of Standards and Technology (NIST).
4.4 Quality Assurance Plan
The Vendor must maintain a Quality Assurance Plan in accordance with ANSI/ASQC Q9001-2008 which must insure that each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system must be documented and available for review by the Contracting Officer/Quality Assurance Representative.
4.5 Tests and Inspections
The tests and inspections as defined herein are the minimum required and are not intended to supplant any controls, examination, inspections or tests normally employed by the Vendor to assure the quality of the item in question.
4.6 Responsibility for Tests and Inspections
The Vendor is responsible for the performance of all test and inspection requirements as specified herein. The Vendor must provide space, personnel, and test equipment for the conduct of all inspection requirements. All testing and inspections must be performed at the Vendor's plant or at other facilities acceptable to the Coast Guard. The Vendor must notify the Contracting Officer in writing at least fourteen (14) calendar days prior to the performance of any inspections or testing. The Coast Guard reserves the rights to verify or have performed any of the inspections that are deemed necessary to assure that supplies and services conform to the prescribed requirements.
4.7 Responsibility for Compliance
The tests and inspections identified herein must become part of the Vendor's overall inspection system or quality program. The absence of any test or inspection requirement in the Specification will not relieve the Vendor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract. Sampling for quality conformance does not authorize submission of known defective material (either indicated or actual) nor does it commit the Government to acceptance of defective material.
4.8 Failure Responsibility
4.8.1 Test Failure
If the specified item fails to pass any inspection/test the Vendor must provide a Corrective Action Report (CAR) to document the failure and the recommended fix to the Contracting Officer. If approved, the corrective action on the materials or processes must be taken in accordance with this Section.
4.8.2 Corrective Action Remedies
a. The Contracting Officer (KO) reserves the right to totally reject any failed item without considering any suggested corrective action remedy.
b. The inspection/test must be discontinued until all corrective action has been taken.
c. After all corrective actions have been taken the inspection/test must be continued or repeated at the option of the Contracting Officer.
d. Acceptance must be withheld until re-inspection has been shown that the corrective action was successful and the item satisfactorily passes all inspections and tests.
e. All corrective actions must be documented as part of the Vendor's inspection system and submitted for approval to the Contracting Officer.
f. Each CAR must include, but not be limited, to the cause of each defect, corrective action suggested, and the steps taken to prevent a recurrence of each defect.
4.9 Test and Inspection Reports
One (1) electronic copy of any required test, inspection, or tolerance check must be sent to the Contracting Officers Representative. A copy of any test, inspection or tolerance report must be turned over to the Quality Assurance Representative upon arrival at the Vendor's plant.
5.0 PRESERVATION, PACKING, AND MARKING
a. After completion of testing and in preparation for preservation and shipping, all equipment unit internal piping, and fluid connection points must be cleaned, sealed and protected from entry of dirt and moisture.
b. The Vendor must prepare a Preservation, Packaging and Marking Plan in accordance with Section 4 of SFLC-D-084-0481, Equipment Unit Preservation, Packing and Marking. The plan must be provided to the COR and discussed prior to the preservation, packaging and marking of the first delivery. The plan must describe the proposed preservation and packaging methods for the equipment unit and spare parts. The plan must identify all proposed markings of the packages.
c. The equipment unit and parts must be preserved, packaged and marked for shipping in accordance with sections 3.3-3.4 of SFLC-D-084-0481. The equipment unit and parts must be packaged suitable for shipment, temporary storage uncovered in the weather and then reshipment by the Government (within CONUS) to the installing activity.
d. The COR reserves the right to inspect or review the preservation, packaging and marking of all units, associated components, and parts, prior to release for shipment.
**FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED, AT VENDORS EXPENSE, FOR CORRECTION.**
QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: CHAD YEARWOOD at CHAD.A.YEARWOOD@USCG.MIL OR MARK SOLOMON at MARK.K.SOLOMON@USCG.MIL
(vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 Receiving Rm., Baltimore, MD 21226. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM EST.
PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package.
All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M.
GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order.
FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number.
(vii) FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). - This is a commercial services acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, delivery date and other factors considered. The following factors shall be used to evaluate offers: The Government will evaluate offers based on delivery date and lowest technically acceptable price.
(viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision.
(ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL .
(x) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (MAR 2016)
(xi) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item).
(xii) The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
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 http://farsite.hill.af.mil/.
Number Title Date
52.212-1 INSTRUCTIONS TO OFFERORS JAN 2017
52.212-2 EVALUATION - COMMERCIAL ITEMS OCT 2014
52.212-3 OFFEROR REPRESENTATIONS AND
CERTIFICATIONS - COMMERCIAL ITEMS NOV 2017
52.212-4 CONTRACT TERMS AND CONDITIONS JAN 2017
52.247-34 F.O.B. DESTINATION NOV 1991
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (Jul 2018)
(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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) [Reserved].
__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
__ (10) [Reserved].
__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
__ (ii) Alternate I (Nov 2011) of 52.219-3.
__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
__ (ii) Alternate I (Jan 2011) of 52.219-4.
__ (13) [Reserved]
X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
__ (ii) Alternate I (Nov 2011).
__ (iii) Alternate II (Nov 2011).
__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-7.
__ (iii) Alternate II (Mar 2004) of 52.219-7.
__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Nov 2016) of 52.219-9.
__ (iii) Alternate II (Nov 2016) of 52.219-9.
__ (iv) Alternate III (Nov 2016) of 52.219-9.
__ (v) Alternate IV (Nov 2016) of 52.219-9.
X__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
__ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f).
X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).
X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
X__ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
__ (35)(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 (Jun 2016) (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)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
__ (ii) Alternate I (JAN 2017) of 52.224-3.
__ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
X__ (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. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
__ (ii) Alternate I (May 2014) of 52.225-3.
__ (iii) Alternate II (May 2014) of 52.225-3.
__ (iv) Alternate III (May 2014) of 52.225-3.
__ (48) 52.225-5, Trade Agreements (Oct 2016) (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 (Jul 2013) (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)(12)).
__ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).
__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
__ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).
__ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, 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) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 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.
(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(xiii)
52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).
(xiv) 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).
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xix)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause."
Alternate II (Jul 2018). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows:
(d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to-
(i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and
(ii) Interview any officer or employee regarding such transactions.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-
(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and
(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).
(C) 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).
(D) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(E) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(F) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(G) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(H) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(I) 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.
(J) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(K) ___(1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627).
___(2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).
(L) 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).
(M) 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).
(N) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989).
(O) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(P) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(Q)(1)52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(2)Alternate I (Jan 2017) of 52.224-3.
(R) 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)
(S) 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.
(T) 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.
52.246-2 - Inspection of Supplies -- Fixed-Price (Aug. 1996)
(a) Definition. "Supplies," as used in this clause, includes but is not limited to raw materials, components, intermediate assemblies, end products, and lots of supplies.
(b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering supplies under this contract and shall tender to the Government for acceptance only supplies that have been inspected in accordance with the inspection system and have been found by the Contractor to be in conformity with contract requirements. As part of the system, the Contractor shall prepare records evidencing all inspections made under the system and the outcome. These records shall be kept complete and made available to the Government during contract performance and for as long afterwards as the contract requires. The Government may perform reviews and evaluations as reasonably necessary to ascertain compliance with this paragraph. These reviews and evaluations shall be conducted in a manner that will not unduly delay the contract work. The right of review, whether exercised or not, does not relieve the Contractor of the obligations under the contract.
(c) The Government has the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract.
(d) If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractor's or subcontractor's premises; provided, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples.
(e)
(1) When supplies are not ready at the time specified by the Contractor for inspection or test, the Contracting Officer may charge to the Contractor the additional cost of inspection or test.
(2) The Contracting Officer may also charge the Contractor for any additional cost of inspection or test when prior rejection makes reinspection or retest necessary.
(f) The Government has the right either to reject or to require correction of nonconforming supplies. Supplies are nonconforming when they are defective in material or workmanship or are otherwise not in conformity with contract requirements. The Government may reject nonconforming supplies with or without disposition instructions.
(g) The Contractor shall remove supplies rejected or required to be corrected. However, the Contracting Officer may require or permit correction in place, promptly after notice, by and at the expense of the Contractor. The Contractor shall not tender for acceptance corrected or rejected supplies without disclosing the former rejection or requirement for correction, and, when required, shall disclose the corrective action taken.
(h) If the Contractor fails to promptly remove, replace, or correct rejected supplies that are required to be removed or to be replaced or corrected, the Government may either
(1) by contract or otherwise, remove, replace, or correct the supplies and charge the cost to the Contractor or
(2) terminate the contract for default.
Unless the Contractor corrects or replaces the supplies within the delivery schedule, the Contracting Officer may require their delivery and make an equitable price reduction. Failure to agree to a price reduction shall be a dispute.
(i)
(1) If this contract provides for the performance of Government quality assurance at source, and if requested by the Government, the Contractor shall furnish advance notification of the time --
(i) When Contractor inspection or tests will be performed in accordance with the terms and conditions of the contract; and
(ii) When the supplies will be ready for Government inspection.
(2) The Government's request shall specify the period and method of the advance notification and the Government representative to whom it shall be furnished. Requests shall not require more than 2 workdays of advance notification if the Government representative is in residence in the Contractor's plant, nor more than 7 workdays in other instances.
(j) The Government shall accept or reject supplies as promptly as practicable after delivery, unless otherwise provided in the contract. Government failure to inspect and accept or reject the supplies shall not relieve the Contractor from responsibility, nor impose liability on the Government, for nonconforming supplies.
(k) Inspections and tests by the Government do not relieve the Contractor of responsibility for defects or other failures to meet contract requirements discovered before acceptance. Acceptance shall be conclusive, except for latent defects, fraud, gross mistakes amounting to fraud, or as otherwise provided in the contract.
(l) If acceptance is not conclusive for any of the reasons in paragraph (k) hereof, the Government, in addition to any other rights and remedies provided by law, or under other provisions of this contract, shall have the right to require the Contractor
(1) at no increase in contract price, to correct or replace the defective or nonconforming supplies at the original point of delivery or at the Contractor's plant at the Contracting Officer's election, and in accordance with a reasonable delivery schedule as may be agreed upon between the Contractor and the Contracting Officer; provided, that the Contracting Officer may require a reduction in contract price if the Contractor fails to meet such delivery schedule, or
(2) within a reasonable time after receipt by the Contractor of notice of defects or nonconformance, to repay such portion of the contract as is equitable under the circumstances if the Contracting Officer elects not to require correction or replacement. When supplies are returned to the Contractor, the Contractor shall bear the transportation cost from the original point of delivery to the Contractor's plant and return to the original point when that point is not the Contractor's plant. If the Contractor fails to perform or act as required in (1) or (2) above and does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure, the Government shall have the right by contract or otherwise to replace or correct such supplies and charge to the Contractor the cost occasioned the Government thereby.
(End of Clause)
Alternate I (Jul 1985). If a fixed-price incentive contract is contemplated, substitute paragraphs (g), (h), and (l) below for paragraphs (g), (h), and (l) of the basic clause.
(g) The Contractor shall remove supplies rejected or required to be corrected. However, the Contracting Officer may require or permit correction in place, promptly after notice. The Contractor shall not tender for acceptance corrected or rejected supplies without disclosing the former rejection or requirement for correction, and when required shall disclose the corrective action taken. Cost of removal, replacement, or correction shall be considered a cost incurred, or to be incurred, in the total final negotiated cost fixed under the incentive price revision clause. However, replacements or corrections by the Contractor after the establishment of the total final price shall be at no increase in the total final price.
(h) If the Contractor fails to promptly remove, replace, or correct rejected supplies that are required to be removed or to be replaced or corrected, the Government may either
(1) by contract or otherwise, remove, replace, or correct the supplies and equitably reduce the target price or, if established, the total final price or
(2) may terminate the contract for default.
Unless the Contractor corrects or replaces the nonconforming supplies within the delivery schedule, the Contracting Officer may require their delivery and equitably reduce any target price or, if it is established, the total final contract price. Failure to agree upon an equitable price reduction shall be a dispute.
* * * * *
_X__52.204-7 -- System for Award Management (Oct 2016)
(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) database" 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 the SAM database;
(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database;
(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.
(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) By submission of an Offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to 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 the SAM database.
(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) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.
(f) Offerors may obtain information on registration at https://www.acquisition.gov.
(End of Provision)
Alternate I (Jul 2013). As prescribed in 4.1105(a)(2), substitute the following paragraph (b)(1) for paragraph (b)(1) of the basic provision:
(b)
(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If registration prior to award is not possible, the awardee shall be registered in the System for Award Management within 30 days after award or before three days prior to submission of the first invoice, whichever occurs first.
52.213-3 -- Notice to Supplier (Apr 1984)
This is a firm order ONLY if your price does not exceed the maximum line item or total price in the Schedule. Submit invoices to the Contracting Officer. If you cannot perform in exact accordance with this order, Withhold Performance, and notify the Contracting Officer immediately, giving your quotation.
(End of Clause)
52.213-4 - Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (Jul 2018)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 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)).
(ii) 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).
(iii) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755).
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(vi) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(vii) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(viii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78 (19 U.S.C. 3805 note)).
(2) Listed below are additional clauses that apply:
(i) 52.232-1, Payments (Apr 1984).
(ii) 52.232-8, Discounts for Prompt Payment (Feb 2002).
(iii) 52.232-11, Extras (Apr 1984).
(iv) 52.232-25, Prompt Payment (Jan 2017).
(v) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).
(vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
(vii) 52.233-1, Disputes (May 2014).
(viii) 52.244-6, Subcontracts for Commercial Items (Nov 2017).
(ix) 52.253-1, Computer Generated Forms (Jan 1991).
(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at $30,000 or more).
(ii) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) (Applies to contracts for supplies exceeding the micro-purchase threshold.)
(iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) (41 U.S.C. chapter 65) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands).
(iv) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) (applies to contracts of $150,000 or more).
(v) 52.222-36, Equal Employment for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, "United States" includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.)
(vi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more).
(vii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) (Applies to service contracts over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf).
(viii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627) (Applies to all solicitations and contracts).
(B) Alternate I (Mar 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which the document applies).
(ix) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia)).
(x) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia.))
(xi) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities).
(xii) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693)(applies to contracts for products as prescribed at FAR 23.804(a)(1)).
(xiii) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693) (Applies to maintenance, service, repair, or disposal of refrigeration equipment and air conditioners).
(xiv) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP)) will be-
(A) Delivered;
(B) Acquired by the Contractor for use in performing services at a Federally-controlled facility;
(C) Furnished by the Contractor for use by the Government; or
(D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance).
(xv) 52.223-20, Aerosols (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons as a propellant or as a solvent; or contracts for maintenance or repair of electronic or mechanical devices).
(xvi) 52.223-21, Foams (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons or refrigerant blends containing hydrofluorocarbons as a foam blowing agent; or contracts for construction of buildings or facilities.
(xvii) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 67) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-
(A) Is set aside for small business concerns; or
(B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000).
(xviii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States).
(xix) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the System for Award Management (SAM) database as its source of EFT information).
(xx) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (Applies when the payment will be made by EFT and the payment office does not use the SAM database as its source of EFT information).
(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241) (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d)).
(2) Listed below are additional clauses that may apply:
(i) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) (Applies to contracts when the contractor or a subcontractor at any tier may have Federal contract information residing in or transiting through its information system.
(ii) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (Applies to contracts over $35,000).
(iii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies).
(iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin).
(v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination).
(c) 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):
________________________________________________
________________________________________________
[Insert one or more Internet addresses]
(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights-
(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.
(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.
(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
(End of Clause)
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 ______ [insert the period of time within which the Contracting Officer may exercise the option].
(End of Clause)
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 _____ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ___ days [60 days unless a different number of days is inserted] 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 ___________ (months)(years).
(End of Clause)
ALL QUOTES MUST BE EMAILED TO CHAD.A.YEARWOOD@USCG.MIL WITH SOLICITATION NUMBER REFERENCED IN THE SUBJECT LINE. ALL QUESTIONS MUST BE SUBMITTED TO CHAD YEARWOOD BY 05/31/19
- Opportunity closing date
- 31 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Homeland Security USCG Surface Forces Logistics Center (SFLC) United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.