Indiana Bids > Bid Detail

36x36 Pallet

Agency:
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159570115148093
Posted Date: Dec 6, 2023
Due Date: Dec 13, 2023
Source: https://sam.gov/opp/10fe663fc5...
Follow
36x36 Pallet
Active
Contract Opportunity
Notice ID
W519TC-24-Q-36PL
Related Notice
W519TC-24-Q-36PL
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 06, 2023 03:01 pm CST
  • Original Published Date: Nov 17, 2023 01:35 pm CST
  • Updated Date Offers Due: Dec 13, 2023 12:30 pm CST
  • Original Date Offers Due: Dec 06, 2023 12:30 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 28, 2023
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8115 - BOXES, CARTONS, AND CRATES
  • NAICS Code:
    • 321920 - Wood Container and Pallet Manufacturing
  • Place of Performance:
    Crane , IN 47522
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued.



This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-24-Q-36PL.



The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01.



The NAICS code for this procurement is 321920; the small business size standard is 500 employees. The Product Service Code is 8115.



Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.



Addendum to 52.212-1



DESCRIPTION OF REQUIREMENT



CLIN 0001: First Article Testing (FAT) – 36x36 Pallets; Quantity 5 EA



In accordance with Drawing 11627, as found in Attachment 0001.





CLIN 0002: 36x36 Pallets; Quantity 1,595 EA



In accordance with Drawing 11627, as found in Attachment 0001.





TYPE OF ACQUISITION AND CONTRACT



This acquisition is issued as 100% Set-Aside to Women Owned Small business. Award will be made using Low Price, resulting in a single award Firm Fixed Price Contract.



DELIVERY AND LOCATION



CLIN Description Suggested Delivery Date



0001 First Article Testing(FAT) – 36x36 Pallets 7-10 days after award



0002 36x36 Pallets 2-3 weeks after FAT approval







Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 2078



300 Highway 361, Crane, IN 47522-5001, in accordance with the following:





Crane Army Ammunition Activity Delivery Instructions:





CAAA receiving hours are 0700 – 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away.





PACKAGING AND MARKING REQUIREMENTS





Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951.





QUOTE/PROPOSAL SUBMISSION REQUIREMENTS



Offerors shall submit the following in response to this solicitation:




  1. Price – Offerors must submit Completed Pricing Sheet at Attachment 0002. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places.

  2. Completed Clause at Attachment 0003 – FAR 52.204-24, paragraph (d)(1) and (d)(2)

  3. Completed Provisions at Attachment 0004 – FAR 52.212-3 Alt 1, paragraph (b) only.





BASIS FOR AWARD





Award will be made to the offeror who provides the lowest Total Price, who is deemed



responsible, and whose quote conforms to the solicitation requirements. Total Evaluated Price will be calculated by multiplying the proposed unit price by the quantity.





In accordance with FAR 52.212-1(g), the Government intends to award a contract



against this solicitation without discussions.



LISTING OF ATTACHMENTS





Attachment 0001 – Drawing 11627



Attachment 0002 – Price Sheet



Attachment 0003 – FAR 52.204-24



Attachment 0004 – FAR 52.212-3 Alt 1





DEADLINE FOR SUBMISSION





Offers are due on 13 December 2023 no later than 1230pm Central Time.





Offers shall be submitted in the following way:





Electronically via email to the Contract Specialist, Samantha.m.ward12.civ@army.mil and Contracting Officer, bryce.t.willett.civ@army.mil. Offerors shall include “W519TC-24-Q-36PL Response – [Insert Offeror’s Name]” within the Subject line.





QUESTIONS





Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer





**Note: Interested offerors must submit any questions concerning this solicitation on or before 04 December 2023 by 1230pm CST, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.





End of Addendum 52.212-1





SOLICITATION PROVISIONS





The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov):





FAR 52.204-7 - System for Award Management



FAR 52.204-16 - Commercial and Government Entity Code Reporting



FAR 52.204-17 - Ownership or Control of Offeror



FAR 52.204-20 - Predecessor of Offeror



FAR 52.204-26 - Covered Telecommunications Equipment or Services--Representation



FAR 52.212-1 - Instructions to Offerors—Commercial Products and Commercial Services



FAR 52.212-2 - Evaluation—Commercial Products and Commercial Services



FAR 52.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I



FAR 52.222-22 - Previous Contracts and Compliance Reports



FAR 52.222-25 - Affirmative Action Compliance



FAR 52.252-5 - Authorized Deviations in Provisions



DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls



DFARS 252.204-7016 - Covered Defense Telecommunications Equipment or Services--Representation



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



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



DFARS 252.204-7024 - Notice on the use of the Supplier Performance Risk System



DFARS 252.225-7055 - Representation Regarding Business Operations with the Maduro Regime



DFARS 252.225-7059 - Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation



CLAUSES





The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):





FAR 52.204-13 - System for Award Management Maintenance



FAR 52.204-18 - Commercial and Government Entity Code Maintenance



FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems



FAR 52.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services



FAR 52.232-39 - Unenforceability of Unauthorized Obligations



FAR 52.252-6 - Authorized Deviations in Clauses



DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights



DFARS 252.204-7003 - Control of Government Personnel Work Product



DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting



DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support



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



DFARS 252.204-7020 - NIST SP 800-171 DoD Assessment Requirements.



DFARS 252.211-7003 - Item Unique Identification and Valuation



DFARS 252.211-7008 - Use of Government-Assigned Serial Numbers



DFARS 252.223-7008 - Prohibition of Hexavalent Chromium



DFARS 252.225-7056 - Prohibition Regarding Business Operations with the Maduro Regime



DFARS 252.225-7060 - Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region



DFARS 252.227-7015 - Technical Data—Commercial Products and Commercial Services



DFARS 252.227-7037 - Validation of Restrictive Markings on Technical Data



DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions



DFARS 252.232-7010 - Levies on Contract Payments



DFARS 252.232-7011 - Payments in Support of Emergencies and Contingency Operations



DFARS 252.244-7000 - Subcontracts for Commercial Products and Commercial Services



DFARS 252.247-7023 - Transportation of Supplies by Sea--Basic



Addendum to 52.212-4





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



FAR 52.247-34 FOB Destination (NOV 1991)







End of Addendum 52.212-4





The following clause is provided in full text:





52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS – COMMERCIAL ITEMS (JUN 2023)



(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 products and commercial services:



(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).



(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).



(7) 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 products and commercial services:



__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655).



__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)).



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



_x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).



__ (5) [Reserved].



__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



_x_ (8) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



_x_ (9) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note).



__ (10) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).



__ (11) [Reserved].



__ (12) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).



__ (13) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a).



__ (14) [Reserved]



_x_ (15) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



__ (ii) Alternate I (Mar 2020) of 52.219-6.



__ (16)



(i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



__ (ii) Alternate I (Mar 2020) of 52.219-7.



__ (17) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)).



__ (18)



(i) 52.219-9, Small Business Subcontracting Plan (Oct 2022) ( 15 U.S.C. 637(d)(4)).



__ (ii) Alternate I (Nov 2016) of 52.219-9.



__ (iii) Alternate II (Nov 2016) of 52.219-9.



__ (iv) Alternate III (Jun 2020) of 52.219-9.



__ (v) Alternate IV (Sep 2021) of 52.219-9.



__ (19)



(i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)).



__ (ii) Alternate I (Mar 2020) of 52.219-13.



__ (20) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s).



__ (21) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)).



__ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) ( 15 U.S.C. 657f).



_x_ (23) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023)( 15 U.S.C. 632(a)(2)).



__ (ii) Alternate I (Mar 2020) of 52.219-28.



__ (24) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(m)).



_x_ (25) 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 (Oct 2022) ( 15 U.S.C. 637(m)).



__ (26) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)).



__ (27) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).



_x_ (28) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



_x_ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).



_x_ (30) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



_x_ (31) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



__ (ii) Alternate I (Feb 1999) of 52.222-26.



__ (32)



(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



__ (ii) Alternate I (Jul 2014) of 52.222-35.



_x_ (33)



(i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



__ (ii) Alternate I (Jul 2014) of 52.222-36.



__ (34) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



__ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



_x_ (36) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627).



__ (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



__ (37) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)



__ (38)



(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.)



__ (39) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).



__ (40) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).



__ (41)



(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.



__ (42)



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



__ (ii) Alternate I (Jun2014) of 52.223-14.



__ (43) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b).



__ (44)



(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_ (45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



__ (46) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).



__ (47) 52.223-21, Foams (Jun2016) (E.O. 13693).



__ (48)



(i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



__ (ii) Alternate I (Jan 2017) of 52.224-3.



__ (49) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83).



__ (ii) Alternate I (Oct 2022) of 52.225-1.



__ (50)



(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Dec 2022) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 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 [Reserved].



__ (iii) Alternate II (Dec 2022) of 52.225-3.



__ (iv) Alternate III (Jan 2021) of 52.225-3.



__ (v) Alternate IV (Oct 2022) of 52.225-3.



__ (51) 52.225-5, Trade Agreements (Dec 2022) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).



_x_ (52) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



__ (53) 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. Subtitle A, Part V, Subpart G Note).



__ (54) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150).



__ (55) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150).



__ (56) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).



__ (57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



__ (58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



_x_ (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).



__ (60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332).



__ (61) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).



__ (62) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).



__ (63) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)).



__ (64)



(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).



__ (ii) Alternate I (Apr 2003) of 52.247-64.



__ (iii) Alternate II (Nov 2021) of 52.247-64.



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



__ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter67).



__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).



__ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



__ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



__ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



__ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792).



(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.



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



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



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



(e)



(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. 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 (Nov 2021) ( 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 (Nov 2021) (Section 1634 of Pub. L. 115-91).



(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(v) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



(vi) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



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



(viii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).



(ix) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



(xi) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



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



(xiv)



(A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627).



(B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(xvii) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).



(xviii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



(xx)



(A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).



(B) Alternate I (Jan 2017) of 52.224-3.



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



(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xxiii) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.



(xxiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). 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 products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.



(End of clause)





Amendment 01





The purpose of this amendment is to respond to questions:





Q1: Can I use recycled(reclaimed) wood for the Pallets?





R1: We cannot accept recycled(reclaimed) wood for this requirement.





Amendment 02





The purpose of this amendment is to respond to questions:





Q2. Are plastic pallets with the same dimesions acceptable?





R2 . No, the requirement must adhere to the drawing.





Q3. What does FAT pallets mean?





R3. FAT stands for First Article Testing. This has been updated within the document.





Q4. How much weight are you putting on the pallets?





R4. 3,500 lbs





Q5. Are the pallets stacked on top of each other once loaded with material?





R5. No, the pallets will not be stacked once loaded.





Q6. Is the 1,595 pallets a one time order or what kind of volumes are you estimating?





R6. We only require the quantity on the solicitation at this time.





Q7. Are you looking for only 5 pallets to be delivered or are these samples that need to be reviewed for the bigger order?





R7. The 5 pallets must be delivered first for the First Article Testing (FAT), once approved, deliveries for the remaining qty may proceed.





Q8. Do these pallets need to be heat treated?





R8. No, these pallets do not need to be heat treated.





Q9. What are these pallets being used for?





R9. The pallets are being use to transport material from a production facility to a storage facility.





Amendment 03





Q10. Will there be a forklift onsite to remove the pallets? Or will that be something that the contractor will have to provide?





R10. CAAA will have a forklift on site to unload the pallets.





Q11. Can we use ring shank coated nails in lieu of spiral nails? Also what length is required for the nails?





R11. Yes, we can use ring shanked coated nails. Prefer a minimum length of 2.5”.





Q12. Can you tell me how you would like the Pallets to be delivered? It say's, preservation, Packaging, and Packing shall be in accordance with ASTM D 3951. Can you explain to me what that looks like?





R12. ASTM D 3951 is the standard for commercial packaging. ASTM D 3951 is available online.





Amendment 04



The purpose of this amendment is to extend the proposal date to 13 December 2023. No further questions will be accepted at this time.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >