Federal Bid

Last Updated on 02 Dec 2022 at 7 PM
Combined Synopsis/Solicitation
Battle creek Michigan

DLA Disposition Services Texas MHE Maintenance and Repair Services

Solicitation ID SP4510-23-Q-1005
Posted Date 02 Dec 2022 at 7 PM
Archive Date 31 Dec 2022 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Disposition Services - Ebs
Agency Department Of Defense
Location Battle creek Michigan United states 49037

Amendment 0002

The purpose of Amendment 0002 is to extend the closing date of this solicitation. All offers will be due by December 16, 2022, 1200 pm EDT. 

The purpose of Amendment 0002 is to answer 12 questions received by interested vendors and upload answers as attached document:  Solicitations Questions and Answers. 

The purpose of Amendment 0002 is to change the term days to calendar days in clauses 52.216-19 and 52.217-9 in this solicitation. 

The purpose of Amendment 0002 is to replace Attachment 4 PWS CONUS MHE Maint Texas Region v2 Legal 102722 with Attachment 4 PWS CONUS MHE Maintenance Texas Region v4.

The purpose of Amendment 0002 is to replace Attachment 5 QASP CONUS MHE Maint Texas Region v2 with Attachment 5 QASP CONUS MHE Maint Texas Region v3.

The purpose of Amendment 0002 is to upload attached documents: Wage Determination Ft. Sam and Wage Determination Texas.

**************************************************************

Amendment 0001

The purpose of Amendment 0001 is to extend the closing date of this solicitation by 10 calendar days. All offers will be due by December 12 2022 1200 pm EDT.    

No other changes to this solicitation at this time.

*****************************************************************

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP4510-23-Q-1005 and being issued as a request for quotation (RFQ).

This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2022-08. See attached Performance Work Statement and applicable provisions and clauses.

TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers:

(1) SDVOSB concerns;

(2) small business concerns; and

(3) large business concerns.

If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. This set-aside procurement is based on a tiered or cascading order of precedence for evaluating offers. Tier 1 quotes will be evaluated first. After review of Tier 1 quotes, if award can be made at a fair and reasonable price that offers best valued to the United States, no additional tiers will be reviewed. If no offers are submitted at Tier 1 or if none of the Tier 1 quotes would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 2 quotes for award. Tier 2 quotes will be evaluated first. After review of Tier 2 quotes, if award can be made at a fair and reasonable price that offers best valued to the United States, no additional tiers will be reviewed. If no offers are submitted at Tier 2 or if none of the Tier 2 quotes would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 3 quotes for award.

The NAICS code is 811310 with a size standard of $11,000,000.00 and the requirement will result in one (1) 12-month base period of performance plus two (2)12-month option year periods of performance for a Firm Fixed Priced IDIQ contract. The total contract length shall not exceed three (3) years.

Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.

In order to accomplish this mission, DLA Disposition Services is seeking to have Preventative and Remedial Repair services on Material Handling Equipment (MHE) in accordance with the attached Performance Work Statement at DLA Disposition Services Texas Region.  

This requirement is a Firm Fixed Priced Time and Material contract. Pricing must be Fixed Price for the entirety of services quoted for scheduled preventive maintenance services. Time and materials will only be used for unscheduled maintenance services.  Site locations are listed in Attachment 2 – Texas Locations.

Offers are due at 12:00 PM Eastern Time (United States), on 16 December 2022. Email quotes to [email protected] and [email protected]. Questions are due 18 November 2022 by 12:00 PM Eastern Time and must be submitted in writing via email to [email protected] and [email protected] . Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, may be accepted and discussed only with those vendors that have submitted a quote.

INSTRUCTIONS TO OFFERORS:

Submit quotes by email to [email protected] and [email protected] no later than the specified date and time.  Attention should be noted to FAR 52.212-1(f), concerning late submissions.  The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.  Email submissions by 5:00 pm Est. one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration.

Offerors shall provide the applicable CAGE code and DUNS number with their price submission. The information located in FAR 52.212-3 ALT 1 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.

Site Visits are not being supported for this action in advance of the response deadline.

EVALUATION:

FAR 52.212-01:

Quote SUBMISSION (FORMAT AND CONTENT): The following describes the information that must be furnished as part of the quote and the format which must be presented. Quotes which do not provide the required information in the prescribed format at the time of initial submittal may be excluded from further consideration. Offers are strongly encouraged to read Provision FAR 52.212-1, “INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS”.

FORMAT: The offeror shall submit documentation (one original electronic form, standard Microsoft based Word and / or Excel, and or .PDF files) in response to this solicitation subject to the requirements in this provision.

QUOTE SUBMISSION: The following describes the information which must be furnished as part of the quote and the format in which it must be presented. Quotes which do not provide the required information in the prescribed format shall be excluded from further consideration. Offerors shall return a filled-out Price Scheduled, Attachment 3 Price Schedule Texas Region. A quote received without filling in all parts of the attachment will not be considered for an award. All quotes shall be valid for 90 calendar days.

FORMAT: Quotes shall be submitted in distinctly severable parts consisting of the following volumes: Volume 1 and Volume 2. Quote submissions will consist of one original if submitted by facsimile or electronically; an original and two copies if submitted by mail. If multiple electronic files are submitted, each electronic file shall identify it as part of Volume 1 or 2. Any information submitted in an electronic file that does not include volume identification in its name or upon opening, shall not be considered in any evaluation being performed under FAR 52.212-2.

VOLUME 1: For Volume 1, Section I, in accordance with FAR 52.212-1(b) Submission of offers, each company providing a quote will submit a signed and dated offer that will consist of FAR 52.212-1(b)(1) thru 52.212-1(b)(11) except FAR 52.212-1(b)(10) Past Performance Information. FAR 52.212-1(b)(10) information shall be in Volume 2. Volume 1,Section II requires each offeror to submit a filled out price schedule (Attachment 3).

VOLUME 2: Past Performance Questionnaire.

Emailed quotes are to be sent to [email protected] and [email protected]  

Past Performance Questionnaire:

The offeror is required to provide any current relevant information regarding the level of performance, in terms of delivery and quality achieved under either US Government or commercial contracts for the same or similar services within the last five (5) years. The information provided should support a qualitative review of the offeror; and/or; record of performance in the areas of conforming to specifications, adherence to contract schedules, history of reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of your customer. Additionally, if performance deficiencies were identified, what they were and what corrective action was taken.

Offerors shall submit past performance data for either the firm; and/or principal subcontractor(s); and/or key employees of the firm. For each reference provided, a valid name and telephone number, contract number, contract type, dollar value, contract award and completion dates, point of contact, description of worked performed, and e-mail address of point of contact is required. The description of work performed shall be in sufficient detail to explain how each reference relates to same or similar requirements of the instant solicitation in areas such as type of equipment maintained, performance timeframes, performance locations, managing a similar size workforce, and complexities of services (to determine the relevancy of the work).

If the offeror elects to provide principal subcontractor past performance, the offeror shall provide the principal subcontractors’ consent allowing the US Government to disclose negative past performance information to the offeror.

Reference projects and corresponding reference questionnaires are limited to three (3) projects considered by the offeror to be the most relevant to the requirements of this solicitation. If more than three projects with reference questionnaires are received, the US Government will consider the first three projects received based upon the date and time the reference questionnaire are received.

Attachment 6 contains a past performance questionnaire that is used to evaluate an offeror’s past performance. The offeror shall provide the past performance questionnaire in Attachment 6 to the past performance reference they identify in this part of the quotes for the offeror, principal subcontractors and key personnel. The past performance reference shall independently submit the survey to the Contracting Officer prior to the closing date of the solicitation. Any completed past performance questionnaire received after closing date and time of this combined synopsis/solicitation or directly from the offeror will not be considered in the past performance evaluation. The US Government will not evaluate a reference listed in the past performance Volume 2 if no corresponding past performance questionnaire is received from a reference for that contract. This will have the effect of the offeror being given a Neutral rating for that portion of their overall evaluation, regardless of the type of experience or its similarity to this requirement. Past performance questionnaires must be received by the due date for receipt of quotes in order for the information to be considered. Offerors are cautioned that due to mail delivery times to the U.S., it is highly recommended that all contract references being asked to provide surveys be asked to scan the documents in Adobe .pdf format and email it to [email protected] and [email protected]  with a reference to the solicitation, SP4510-23-Q-1005 in the subject heading.

The submission of volume 2 past performance is required. If an offeror does not have any past performance references, offerors must at least identify a Volume 2 in their quote and state they do not have any past performance to provide. If the US Government only receives a past performance questionnaire from a past performance reference and there is no information in an offeror’s quotes regarding that reference (see paragraph above), the reference will not be considered. The offeror is responsible for ensuring references submit past performance questionnaire; the US Government will not be contacting references for purposes of obtaining the questionnaire.

ADDENDUM TO 52.212-2 EVALUATION – COMMERCIAL ITEMS

Evaluation Factors For Award: Trade-Off Process. Award shall be made to the responsible offeror whose quote conforms to the solicitation and is determined to be the most advantageous to the Government, past performance and price considered. The offer selected as best value will represent the best trade-off to the Government among past performance and price. Past performance will be significantly more important than price. The Government will determine best value on the basis of an assessment of the following factors:

1. Past Performance factor: The Government will evaluate past performance in accordance with the past performance questionnaire and evaluation clause in this combined synopsis/solicitation.

2. Price Factor: The Government will evaluate the offered prices for price reasonableness in accordance with the requirements of FAR 15.404-1

Evaluation of Past Performance:

Except under the circumstances notes in this combined synopsis/solicitation paragraph titled Efficiency in Competition, the US Government will evaluate the quality of the offeror’s past performance. The assessment of the offeror’s past performance will be used as a means of evaluating the probability of success of the offeror. Thus, an offeror with a higher confidence assessment rating for past performance will have a higher probability of meeting the solicitation requirements than a firm with a lower confidence assessment rating.

In investigating an offeror’s past performance, the US Government may consider information in the offeror’s quotes and information obtained from other sources, including past and present customers and their employees, other US Government agencies, including state and local agencies, consumer protection organizations and better business bureaus; former subcontractors; and others who may have useful information. Failure by the offeror to provide evidence of relevant performance on contracts of a similar nature in terms of performance timeframes and complexities of services provided will be considered by the US Government to have no relevant past performance. The offeror is responsible for ensuring references submit past performance surveys; the offeror’s reference must submit the past performance survey. The US Government will not accept past performance surveys submitted by the offeror or contact offeror references to obtain a completed survey. The US Government will evaluate past performance and experience in accordance with submission requirements of the solicitation.

Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The US Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services. This is a matter of judgment. Offerors will be given an opportunity to address especially unfavorable reports of past performance, and the offeror’s response, or lack thereof, will be taken into consideration. Offerors lacking relevant past performance will not receive negative or positive consideration in the evaluation of this element as no meaningful confidence assessment rating can be reasonably assigned.

Past performance will be rated on an adjectival scale. The US Government’s conclusions about the overall quality of the offeror’s past performance and experience will be a factor in determining the relative merits of the offeror’s quotes and in selecting the offeror whose quote is considered the most advantageous to the US Government.

By past performance, the US Government means how well the offeror conformed to specifications and to standards of good workmanship; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s history of reasonable and cooperative behavior and commitment to customer satisfaction; and the offeror’s business-like concern for the interests of the customer. By experience, the US Government means whether a contractors firm, principal subcontractor, or key personnel has performed similar work before. DLA Disposition Services will also consider the offeror’s past performance and experience on the same or similar contracts in terms of complexities of the services provided. Offerors with no past performance will be issued a Neutral rating for past performance.

Evaluation of Price: The offered price will be used in conjunction with the other factors to determine the quote, which represents the best value to the US Government. Price will not be numerically scored, but it will be fully evaluated using price analysis techniques.

Evaluation of Subcontracting Plans

(1) The evaluation of Small Business Subcontracting Plans, as required by FAR 52.219‐9 and DFARS 252.219‐7003 applies to all offerors except small businesses. This means that it will apply to Tier 3 offerors only. (2) The Small Business Subcontracting Plan will be evaluated to determine if it meets the requirements of FAR 52.219‐9 and DFARS 252.219‐7003. If the apparently successful offeror fails to negotiate a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the offeror will be ineligible for award. The evaluation of the Small Business Subcontracting Plan will be on the basis of total contract value (base and all options).

Efficiency Competition: Offerors are advised that the US Government may not evaluate the past performance quote of all offerors under this RFP. The US Government will review the total evaluated price of all quotes received in accordance with tiered evaluations as described in the “TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS” paragraph. The past performance quotes of those offerors whose pricing is determined by the Contracting Officer to be most competitive may be reviewed prior to, or instead of, other past performance quote received. Based on the initial review of these past performance quote, the US Government may not evaluate the past performance quote of other offerors, whose total evaluated pricing was higher than that of one already evaluated and already assigned the highest possible past performance rating. This would occur when the Contracting Officer determines that any possible past performance superiority of an unevaluated (and higher priced) past performance quote, over (a lower priced) one that was already evaluated and assigned the highest possible past performance rating, would not warrant any additional price premium. This means that Tier 2 and Tier 3 quotes will not be evaluated or the efficiency in competition clause will not be applicable to their offer until the Tier 1 quotes are evaluated first. After review of Tier 1 quotes under the efficiency in competition and evaluation, if award can be made at a fair and reasonable price that offers best valued to the United States, no additional tiers will be reviewed. If no offers are submitted at Tier 1 or if none of the Tier 1 quotes would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 2 quotes for award. At this time, Tier 2 quotes will be reviewed under the efficiency in competition and evaluation, if award can be made at a fair and reasonable price that offers best valued to the United States, no additional tiers will be reviewed. If no offers are submitted at Tier 2 or if none of the Tier 2 quotes would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 3 quotes for award. At this time, Tier 3 quotes will be reviewed under the efficiency in competition and evaluation. Minimum/maximum for the base period is $2,500.00 and a maximum value of 150% above the total estimated value for the period.  No minimum is guaranteed for the option periods.

The following provisions and clauses are applicable to this solicitation:

The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions.

Offers should include a complete copy of the provision at 52.212-3 ALT 1, Offeror Representations and Certifications --

Commercial Items, with its offer. See applicable clauses.

The clause 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.

The clause 52.212-4 Alt 1, Contract Terms and Conditions - Commercial Items, applies to this acquisition. See attached clauses.

The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.

The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement.

52.216-18 Ordering    NOV 2021

Ordering (Nov 2021)

Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued within 12 months after award.

All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

A delivery order or task order is considered "issued" when—

If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail;

If sent by fax, the Government transmits the order to the Contractor's fax number; or

If sent electronically, the Government either—

Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or

Distributes the delivery order or task order via email to the Contractor's email address.

Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract.

(End of clause)

52.216-19        Order Limitations        OCT 1995

Order Limitations (Oct 1995)

Minimum order. When the Government requires supplies or services covered by this contract in an amount of__$2,500.00__________ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

Maximum order. The Contractor is not obligated to honor-

Any order for a single item in excess of _N/A____________;

Any order for a combination of items in excess of __150%____________ ; or

A series of orders from the same ordering office within _N/A____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3_calendar__ days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 Indefinite Quantity OCT 1995

Indefinite Quantity (Oct 1995)

This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after _12 months after award.

(End of clause)

52.217-5 Evaluation of Options.

Evaluation of Options (July 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. The total evaluated price will be for the base period and any option periods. Evaluation of options will not obligate the Government to exercise the option(s). The government may determine that an offer is unacceptable if the option prices are significantly unbalanced.

(End of provision)

52.217-9 Option to Extend the Term of the Contract.

Option to Extend the Term of the Contract (Mar 2000)

The Government may extend the term of this contract by written notice to the Contractor within _7 calendar days__]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __14 calendar_ days before the contract expires. The preliminary notice does not commit the Government to an extension.

If the Government exercises this option, the extended contract shall be considered to include this option clause.

The total duration of this contract, including the exercise of any options under this clause, shall not exceed __3 years_________.

End of clause

52.202-1          Definitions (JUN 2020

52.203-6          Restrictions on Subcontractor Sales to the Government (JUN 2020)

52.203-11        Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions            SEP 2007

52.203-12        Limitation on Payments to Influence Certain Federal Transactions   JUN 2020

52.204-7          System for Award Management         OCT 2018

52.204-9          Personal Identity Verification of Contractor Personnel          JAN 2011

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards      JUN 2020

52.204-13        System for Award Management Maintenance           OCT 2018

52.204-15        Service Contract Reporting Requirements for Indefinite-Delivery Contracts                                   OCT 2016

52.204-16        Commercial and Government Entity Code Reporting           AUG 2020

52.204-17        Ownership or Control of Offeror       AUG 2020

52.204-18        Commercial and Government Entity Code Maintenance       AUG 2020

52.204-19        Incorporation by Reference of Representations and Certifications: (DEC 2014)

52.204-20        Predecessor of Offeror           AUG 2020

52.204-21        Basic Safeguarding of Covered Contractor Information Systems     NOV 2021

52.204-22        Alternative Line Item Proposal JAN 2017

52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities   NOV 2021

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment       NOV 2021

52.204-25        Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment       NOV 2021

52.204-26        Covered Telecommunications Equipment or Services--Representation        OCT 2020

52.209-5          Certification Regarding Responsibility Matters (AUG 2020)

52.209-6          Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment         NOV 2021

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations     NOV 2015

52.209-11        Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction under any Federal Law FEB 2016

52.216-1          Type of Contract APR 1984

52.216-19        Order Limitations        OCT 1995

52.217-8          Option to Extend Services      NOV 1999

52.219-4          Notice of Price Evaluation Preference for HUBZone Small Business Concerns                              SEP 2021

52.219-6          Notice of Total Small Business Set-Aside     NOV 2020

52.219-14       Limitations on Subcontracting SEP 2021

52.203-3          Gratuities        APR 1984

52.219-8          Utilization of Small Business Concerns         OCT 2018

52.219-9          Small Business Subcontracting Plan  NOV 2021

252.219-7003  Small Business Subcontracting Plan (DoD Contracts)--Basic           DEC 2019

52.219-27        Notice of Service-Disabled Veteran-Owned Small Business Set-Aside       SEP 2021

52.219-28        Post-Award Small Business Program Rerepresentation         SEP 2021

52.222-3          Convict Labor JUNE 2003

52.222-21        Prohibition of Segregated Facilities    APR 2015

52.222-22        Previous Contracts and Compliance Reports FEB 1999

52.222-25        Affirmative Action Compliance         APR 1984

52.222-26        Equal Opportunity      SEP 2016

52.222-35        Equal Opportunity for Veterans         JUN 2020

52.222-36        Equal Opportunity for Workers with Disabilities       JUN 2020

52.222-37        Employment Reports on Veterans      JUN 2020

52.222-41        Service Contract Labor Standards     AUG 2018

52.222-42        Statement of Equivalent Rates for Federal Hires       MAY 2014

52.222-43        Fair Labor Standards Act and Service Contract Labor Standards – Price Adjustment (Multiple Year and Option Contracts) AUG 2018

52.222-50        Combating Trafficking in Persons      NOV 2021

52.222-54        Employment Eligibility Verification  MAY 2022

52.222-55        Minimum Wages Under Executive Order 13658       JAN 2022

52.222-62        Paid Sick Leave Under Executive Order 13706         JAN 2022

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving      JUN 2020

52.224-3          Privacy Training          JAN 2017

52.225-1          Buy American Act – Supplies NOV 2021

52.225-25        Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications JUN 2020

52.232-33        Payment by Electronic Funds Transfer—System for Award Management   OCT 2018

52.232-39        Unenforceability of Unauthorized Obligations          JUN 2013

52.232-40        Providing Accelerated Payments to Small Business Subcontractors NOV 2021

52.233-1          Disputes MAY 2014

52.233-4          Applicable Law for Breach of Contract Claim           OCT 2004

52.237-2          Protection of Government Buildings, Equipment, and Vegetation APR 1984

52.245-1          Government Property SEP 2021

52.245-9          Use and Charges         APR 2012

252.201-7000  Contracting Officer's Representative  DEC 1991

252.203-7000  Requirements Relating to Compensation of Former DoD Officials  SEP 2022

252.203-7002  Requirement to Inform Employees of Whistleblower Rights            SEP 2013

252.203-7005  Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7003  Control of Government Personnel Work Product      APR 1992

252.204-7004  DoD Antiterrorism Awareness Training for Contractors       FEB 2019

252.204-7008  Compliance with Safeguarding Covered Defense Information Controls       OCT 2016

252.204-7012  Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019

252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support       MAY 2016

252.204-7016  Covered Defense Telecommunications Equipment or Services--Representation                              DEC 2019

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation        MAY 2021

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services           JAN 2021

252.204-7019  Notice of NIST SP 800-171 DoD Assessment Requirements.           MAR 2022

252.204-7020  NIST SP 800-171 DoD Assessment Requirements.   MAR 2022

252.204-7022  Expediting Contract Closeout MAY 2021

252.211-7007  Reporting of Government-Furnished Property           AUG 2012

252.225-7048  Export-Controlled Items         JUNE 2013

252.232-7006  Wide Area WorkFlow Payment Instructions DEC 2018

252.232-7010  Levies on Contract Payments DEC 2006

252.244-7000  Subcontracts for Commercial Items   JAN 2021

252.246-7003  Notification of Potential Safety Issues           JUN 2013

52.223-12        Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners            JUN 2016

52.252-6          Authorized Deviations in Clauses      NOV 2020

252.211-7003  Item Unique Identification and Valuation      MAR 2022

252.223-7008  Prohibition of Hexavalent Chromium             JUN 2013

252.225-7055  Representation Regarding Business Operations with the Maduro Regime    MAY 2022

252.225-7056  Prohibition Regarding Business Operations with the Maduro Regime         MAY 2022

5452.233-9001 Disputes – Agreement to Use Alternative Dispute Resolution (ADR) (JUN 2020)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020)

L09 Reverse Auction (OCT 2016)

Bid Protests Not Available

Similar Past Bids

Mechanicsburg Pennsylvania 17 Apr 2020 at 1 AM
Fort hood Texas 07 Feb 2025 at 9 PM
Fort hood Texas 07 Feb 2025 at 8 PM
Tobyhanna Pennsylvania 01 Dec 2015 at 6 PM
Norfolk Virginia 01 Apr 2021 at 2 PM

Similar Opportunities

Colorado springs Colorado 30 Aug 2028 at 4 PM
Colorado springs Colorado 30 Aug 2028 at 4 PM
Colorado springs Colorado 30 Aug 2028 at 4 PM