Scalable Integrated Navigation System Two (SINS-2) (примерный перевод: Масштабируемость Интегрированная навигационная система Два (БИНС-2)) (Соединенные Штаты Америки - Тендер #675700) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: EMCUBE, Inc Номер конкурса: 675700 Дата публикации: 30-08-2016 Источник тендера: Государственные закупки США |
||
NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program
It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).
Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.
Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).
Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester"s concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency"s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.
Election of Forum. After an interested party protests USCG procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.
The Ombudsman Hotline telephone number is 202.372.3695.
PART 1 - General Information
i. This is a combined Synopsis/Solicitation. This acquisition is being conducted as a full and open competition for commercial items or services prepared in accordance with FAR Part 12 and FAR Part 15, as appropriate. In accordance with FAR Subpart 12.203, streamlined procedures will be used for this acquisition.
This announcement constitutes the only solicitation; proposals are being requested; and a separate written solicitation will not be issued for this combined synopsis/solicitation.
The solicitation number is HSCG44-16-R-001000. This solicitation is for a scalable integrated maritime navigation system for installation on its fleet of boats and as a backup navigation system on United States Coast Guard (USCG) cutters. Orders for vessels are termed an installation kit, which consists of a suite of commercially available electronic equipment and sensors consisting of low power Radar/Chart Plotter, Multi-Function Displays (MFD), Single Frequency Global Positioning System (GPS), and other required navigation components. The integrated suite of equipment and sensors are herein referred to as the Scalable Integrated Navigation System Two (SINS-2). This requirement is in support of the USCG Command, Control, Communications Engineering Center (C3CEN) Command, Control, Communications, Computers and Information Technology Service Center (C4IT-SC).
ii. The Government intends to award a single award Indefinite Delivery- Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) delivery orders for a SINS-2 for a period of ten (10) years. The ordering period includes a five year (5) base period with a 5-year option period. Delivery, warranty and logistics requirements apply based on date of acceptance.
iii. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-89.
iv. The North American Industrial Classification System (NAICS) number is 423690 Other Electronic Parts and Equipment Merchant Wholesalers the business size standard is 250 employees. The proposed acquisition is 100% full and open competition.
v. IDIQ Structure:
The IDIQ Contract Line Item Number (CLIN) structure shall be for a 5 year base ordering period with one 5- year option period. The final price schedule will be incorporated into the Contract
based on the negotiated prices established in the "Attachment 1- SINS-2 Proposed Pricing Schedule". Discounts will not be retroactive but will be utilized to determine the prices for future
orders in the same FY.
CLIN DESCRIPTION Unit of Issue AMOUNT
0001 Base Ordering Period each Dollars, US
The Contractor shall furnish all labor, materials and facilities necessary to deliver installation kits and/or Spares as delineated in individual FFP Orders utilizing the final contract price schedule.
The government may order any combination of Installation kits and spares as determined necessary.
The base contract ordering period is 5 years from date of award.
CLIN DESCRIPTION Unit of Issue AMOUNT
0002 Option Ordering Period each Dollars, US
The Contractor shall furnish all labor, materials and facilities necessary to deliver installation kits and/or Spares as delineated in individual FFP Orders utilizing the final contract price schedule.
The government may order any combination of Installation kits and spares as determined necessary.
The base contract ordering period is 5 years from date of award. If exercised, the option CLIN will extend the ordering period for 5 additional years. If the Option is exercised the total ordering period for this IDIQ Contract is 10 years.
IDIQ Contract Maximum Amount $50000000
NOTE: The total maximum value of both CLINS when combined will not exceed the IDIQ Contract Maximum Amount.
vi. Description of Requirement: The Government requires an IDIQ contract for a SINS-2 that will serve as the primary navigation system for USCG boats as well as provide primary navigation
sensors and a redundant navigation system on USCG cutters. SINS-2 consists of a suite of Multi-Function Display (MFD), radar, single frequency Global Positioning System (GPS), depth sounder
unit with a selection of transducers, heading sensor, autopilot interface, weather data sensors, video data recorders, mission data recorders, marine grade power supplies and power converters.
The integrated suite of equipment and sensors are herein referred to as the SINS-2. SINS-2 shall accommodate various equipment configurations based on platform mission requirements. Cutter and
Boat configurations are provided in Attachment 1- SINS-2 Proposed Pricing Schedule.
The Government"s objective is to have the vendors propose components that are available for a minimum of three years after contract award. To mitigate the risk of system degradation over time
due to component obsolescence and to ensure system-integrated operation is maintained, the manufacturer may propose upgrades to existing devices and/or propose Form/Fit/Function next-generation
devices under this contract. SINS-2 will be installed on an estimated 2056 vessels over the next (10) ten years, and may be installed on future vessels added to the USCG fleet during the
10-year contract period.
The SINS-2 is required to be a scalable system that can accommodate various equipment configurations based on platform mission requirements. Scalability is defined as wide range of "a la carte" configuration options depending on vessel size and mission. Systems will range from very simple navigation equipment used on smaller open boats to integrated, multi-user systems used on larger boats and cutters.
This is a commercial item acquisition in accordance with FAR Part 12. The supplies to be provided under the contract are considered commercial as defined by FAR Subpart 2.101. The types of supplies described in "Attachment 2- SINS-2 Specifications Final" are customarily used by non-governmental entities for purposes other than government purposes.
vii Unless otherwise specified in the individual delivery orders, products shall be packaged and marked in accordance with "Attachment 3- SINS-2 Packaging Instructions". The Contractor shall provide a packing slip which shall accompany each carton with information identifying the contract number, the order number, a description of the hardware/software enclosed (manufacturer name, model number, serial number), and the customer point of contact. Individual Delivery Orders will identify specific shipping instructions, delivery locations, etc.
a) For purposes of this contract, a Fiscal Year (FY) is defined as the period of October 01 through September 30.
b) The first order will be issued at the time of contract award. Each order issued hereunder shall refer to this contract and be subject to the terms hereof. The Contractor is not authorized to
incur costs or commence performance under this contract until an order is issued by the Contracting Officer.
c) Orders may be written from the effective date of the contract through the end of the 120th month. (If the option is exercised)
d) The awardees" completed Attachment 1- SINS-2 Proposed Pricing Schedule (inclusive of all options) will be incorporated as the pricing schedule under the awarded IDIQ contract.
e) Any Order issued during the effective period shall be completed 12 months after the end date of the ordering period. 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 the period stated in the order.
viii The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) applies to this acquisition and is further tailored in PART 5 of this combined synopsis/solicitation.
ix The provision at FAR 52.212-2 Evaluation - Commercial Items (OCT 2014) applies to this acquisition and is further tailored in PART 6 of this synopsis/solicitation.
x. The provision at FAR 52.212-3 (JULY 2016) ALT 1 (OCT 2014) Offeror Representations and Certification - Commercial Items applies to this acquisition.
The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of the provision. The full text of this provision is available at http://www.acquisition.gov/far or http://www.acqnet.gov/far.
xi The Clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) is applicable to this acquisition and additional addenda are contained herein.
xii The Clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2016) is applicable to this contract and is further clarified in PART 3 of this synopsis/solicitation.
xiii The Clause at FAR 52.211-9 Desired and Required Time of Delivery (June 1997) is applicable and further clarified in PART 3 of this synopsis/solicitation.
xiv Additional terms and conditions applicable to this acquisition are contained herein.
xv The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
xvi It is the offeror"s responsibility to ensure their offer is received (in total) by the proposal DUE DATE OF Sept 12, 2016 by 2PM Eastern Time. Offerors are hereby notified that if your proposal is not received by the date, time and location specified (see below) in this announcement, it will not be considered.
Proposals shall be emailed to the following address: D05-SMB-C4ITSC-CPD-C3CEN-TeamC@uscg.mil
xvi All questions shall be submitted on a PDF or Word document and submitted by email to D05-SMB-C4ITSC-CPD-C3CEN-TeamC@uscg.mil ATTENTION: Katherine Kearney no later than 12:00 pm Eastern Time
on or before 08/19/16. Questions submitted after the specified date run the risk of not being answered
NOTE: The C4IT-SC, Contracting and Procurement Division may utilize two contract support entities [BSC (Prime) and MAIC (Sub)] in connection with this procurement. These contract-support personnel may have access to your proposal submission, contract award information, and invoices for payment processing. Access is For Official Government Use Only: The contractor personnel do not make inherently governmental decisions and they are required to handle all information to which they have access securely and confidentially. If the use of contractor personnel becomes necessary the offerors will be notified and will be required to enter into non-disclosure agreements with these third party contractors, in accordance with FAR Subpart 9.505-4 - Obtaining access to proprietary information.
PART 2 - IDIQ Contract Specific Information
1. Minimum Guarantee - Obligated at time of award
The minimum guaranteed amount for this award is $1000000 throughout the period of performance of this contract, inclusive of all options. Orders beyond the minimum will be determined by
Government needs. The Government has no obligation to issue orders to the Contractor beyond the $1000000 minimum guaranteed amount. The contract award will include an obligation of $1000000.00,
which satisfies the minimum guarantee for the contract. The combined maximum cumulative dollar amount that may potentially be awarded is $50 million, inclusive of all options. The maximum
aggregate dollar value of all delivery orders awarded cannot exceed the maximum contract dollar amount.
.
2. Billing
The Contractor may submit an invoice for all materials necessary for the completion of the delivery order after the materials have been received, inventoried, and accepted by the COR. The
Contractor shall submit an invoice upon completion of delivery order for all other deliverables. The delivery order may contain further billing schedules if required.
Submission of Invoices -Payment Instructions
Electronic submission of invoices is mandatory for all Orders under this Contract.
The Contractor shall prepare a proper invoice IAW FAR clause 52.212-4, and in addition to the information required by FAR 52.212-4(g) as cited in the contract. All invoices shall be itemized to correlate to the Schedule of Supplies. Invoices will be submitted after delivery, and inspection and acceptance of installation kits and/or spares. Invoices will not be paid until after inspection and acceptance has been completed at Destination and verified by the COR. The Contractor shall maintain careful records of shipping and delivery and shall provide fully documented Proof of Delivery (POD) with all invoices. Each POD (Attachment 4- DHS Form 700-21) must be readable, must indicate date and quantity delivered, and must be signed by a federal employee to ensure ownership is taken by the Government at the USCG storage location. Invoices must include the below information to be accepted. Invoices/PODs not properly prepared will not be accepted for payment. All information must be included in an invoice for it to constitute a proper invoice. All improper invoices will be rejected which could delay payment.
Invoices must include the following information:
" Name and address of the Contractor (the name on the invoice must match the name listed on the Order)
" Invoice date and number
" Contract number, Order number, and Contract Line Item Numbers (CLINs)
" Product Name
" Quantity invoiced unit price and total price.
" Invoice date
" Period of Performance covered by the invoice
" Terms of any discount for prompt payment offered
" Name and address of official to whom payment is to be sent
" Name, title, phone number, and e-mail address of person to notify in event of defective invoice
" Taxpayer Identification Number (TIN) and DUNS Number
" Government signed Proof of Delivery.
The Contractor shall submit all invoices for supplies or services via the U.S. Coast Guard Finance Center (FINCEN) website at: www.fincen.uscg.mil
(1) Select "Submitting Invoices" under "Vendors" on the right hand side of the screen.
(2) Select "Coast Guard Vendors"
(3) Select "Coast Guard Award Invoices or Contract/Order Invoice"
(4) Select "Online: Coast Guard Award Invoices or Contract/Order Invoices "
(5) Go to Step 3 (if contractor has already created a PDF invoice) to complete the "Contractor Invoice Submission Form".
The electronic submission requires the contractor to:
(1) Complete the Contractor Invoice Submission Form (located at the above website)
(2) Select the correct Invoice Routing Code, which is C3CEN (the Contractor shall select the correct Invoice Routing Code for timely invoice processing.)
(3) Attach a single PDF file, which can be no larger than 3 MB, containing the invoice and any necessary supporting documentation. (Grey-scale PDFs and Portfolio PDFs are not compatible.)
(4) If your single PDF file is larger than 3 MB:
Complete the Contractor Invoice Submission Form via the website and attach the invoice document only and e-mail other supporting documentation
A copy of the invoice and any supporting documentation (i.e., travel expense reports, travel receipts, etc) shall also be e-mailed to the Contract Specialist, Contracting Office, and COR at the
e-mail addresses cited below:
Contract Specialist: Katherine.M.Kearney@uscg.mil Contracting Office: D05-SMB-C4ITSC-CPD-C3CEN-TeamC@uscg.mil
COR: TBD at award
Ordering:
(a) The contractor shall incur costs under this contract only in the performance of Orders and modifications to Orders issued by the Contracting Officer in accordance with this procedure. No other costs are authorized without the express written consent of the Contracting Officer.
(b) The master contract includes stepladder that affords the Government reductions in price based on quantities procured and during an individual Government FY. In addition, the Government reserves the right to downward adjust prices for the Commercial components when the successful awardees" published price list is less than the price established in the initial award.
(c) The Government will place FFP delivery orders using the stepladder pricing in Attachment 1- SINS-2 Proposed Pricing Schedule for ordering periods by Government fiscal year for Installation Kits and/or spares. Contract Line Items will be defined for individual vessel class for Installation kits and/or spares in the Request for Order.
(d) Orders will be issued by the Contracting Officer to the contractor incorporating (i) the delivery order to be performed, (ii) spare parts and installation kits ordering, (iii) the required delivery dates and overall period of performance, and, (iv) any Government-furnished information.
Obsolescence Instructions:
(a) Any significant software or hardware upgrades due to obsolescence will be modified and negotiated appropriately. The ability to upgrade, update and modify SINS-2 components will support the stability of this requirement to meet the USCG needs throughout the life of the contract. The Contractor shall provide notification within 18 months prior to non-availability of an item or notification of manufacture plans of making a product no longer available for purchase. The notification requirement is needed in order to allow the Government time to place an order in support of sustainment of the SINS 2. Any replacement parts or product upgrades are required to provide the same form, fit, and function in order to meet the Governments installed systems requirements for the period of the master contract. The incorporation of software and hardware upgrades and/or replacement will not result in an increase to the maximum contract value of the IDIQ.
(b) For obsolescent replacement parts, the Contractor shall submit an updated proposal identifying the ordering period of price change and provide an update to the stepladder pricing for all
install kits and spares from the date of change to the end of the term of the contract. This updated proposal and applicable commercial price list(s) shall be submitted to the Government not
less than 60 days prior to the non-availability of the obsolete kit/part. The Contractor shall identify the Ordering period and boat class for installation kits or spares from Exhibit A of the
master contract that the obsolescence replacement parts are applicable. The Contractor will provide the Contracting Officer a complete proposal to include other than cost or pricing data as
appropriate, and any other information needed to negotiate a bilateral order for items that are not already priced.
(c) Proposal preparation costs for new requirements shall not be directly charged to this contract or any order placed under the terms of this contract.
PART 3 - Clauses
52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far; https://www.dhs.gov/acquisition-policies-regulations#
(End of clause)
FAR Clause Number FAR Clause Title Date
52.203-3 Gratuities APR 1984
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights APR 2014
52.204-4 Printed or Copied Double Sided on Recycle Paper MAY 2011
52.211-17 Delivery of Excess Quantities SEPT 1989
52.212-4 Contract Terms and Conditions -- Commercial Items MAY 2015
52.217-5 Evaluation of Options JUL 1990
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.227-19 Commercial Computer Software License DEC 2007
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments for Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.244-6 Subcontracts for Commercial Items FEB 2016
52.247-34 F.O.B Destination NOV 1991
52.252-6 Authorized Deviations in Clauses APR 1984
52.253-1 Computer Generated Forms JAN 1991
Contract Clauses - Full Text
52.211-9 -- Desired and Required Time of Delivery. Alt III (April 1994)
(a) The Government desires delivery to be made according to the following schedule:
DESIRED DELIVERY SCHEDULE
[within 30 days after the date of receipt of a written notice of Delivery Order Award
ITEM NO. QUANTITY WITHIN 30 DAYS AFTER DATE OF DELIVERY ORDER AWARD
Items will be identified on Individual Delivery Orders Quantity to be defined per individual delivery orders
If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror"s proposed delivery
schedule must not extend the delivery period beyond the time for delivery in the Government"s required delivery schedule as follows:
REQUIRED DELIVERY SCHEDULE
[within 60 days after the date of receipt of a written notice of Delivery Order Award no more than 90 days for 1st Delivery order
ITEM NO. QUANTITY WITHIN 60 DAYS AFTER DATE OF DELIVERY ORDER AWARD
Offers that propose delivery of a quantity under such terms or condition that delivery will not clearly fall within the applicable required delivery period specified above, will be considered
nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply.
OFFEROR"S PROPOSED DELIVERY SCHEDULE
ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF DELIVERY ORDER AWARD
(End of Clause)
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Jun 2016)
(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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 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.]
_X_ (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 (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 (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (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).
_X__ (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]
___ (14) (i) 52.219-6, Notice of Total Small Business 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.
__X_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).
__X_ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Oct 2001) of 52.219-9.
___ (iii) Alternate II (Oct 2001) of 52.219-9.
___ (iv) Alternate III (Oct 2015) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
_X__ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
_X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
_X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).
_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
_X__ (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).
__X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
_X__ (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). (E. O. 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