Colorado Bids > Bid Detail

MICROSCOPE SYSTEM: FUSION CAMERA

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159973175922224
Posted Date: Jun 1, 2023
Due Date: Jun 22, 2023
Solicitation No: 12639523Q0148
Source: https://sam.gov/opp/87e0a488f2...
Follow
MICROSCOPE SYSTEM: FUSION CAMERA
Active
Contract Opportunity
Notice ID
12639523Q0148
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 01, 2023 04:05 pm MDT
  • Original Date Offers Due: Jun 22, 2023 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Fort Collins , CO 80521
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.



(ii) This solicitation number RFQ # 12639523Q0148 is being issued as a, request for quotation (RFQ)



(iii) In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s)



https://www.acquisition.gov/



https://www.dm.usda.gov/procurement/policy/agar_x/agar02/subchaph.html



(iv) This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation ( AGAR )452.219-70 Size Standard and NAICS Code Information :



The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below:



NAICS 334516 Analytical Laboratory Instrument Manufacturing



Size Standard 1,500 Employees



(v) Item Description



Firm Fixed Priced purchase of APX100-HCU MICROSCOPE SYSTEM: FUSION CAMERA ®, XAPO OBJ, & PC W/GPU ( Brand Name or Equal IAW FAR 52.211-6) All cost to include but not limit to: overhead, general and administrative, profit, insurance, and transportation.





See Web Page for Salient Characteristics





https://www.olympus-lifescience.com/en/solutions-based-systems/apx100/?creative=650987871304&keyword=apx100%20microscope&matchtype=e&network=g&device=c&campaignid=19801273806&adgroupid=149913245514&gclid=EAIaIQobChMIouiT2-H8_gIVYwytBh0vhgTwEAAYAiAAEgJLW_D_BwE



(vi) Description of Requirement:



The equipment to be purchased is an all-in-one microscope system:








    • High quality monochrome camera (CMOS or better)








    • High quality and removable objectives, with high NA








    • Fluorescent light source with LED and LDP








    • Fluorescence cubes (DAPI, CY2, eGFP, CY3, and CY5 capability)








    • Workstation with monitor (equivalent to 32GB, DDR4 RAM, 512 GB SSD, 2TB HDD, NVIDIA RTX A4000 16 GB graphics).








    • Scan times for an entire 20mm X 20mm coverslip: 4x – 26 seconds; 10x – 1 min 5 seconds; 40x – 3 min 20 seconds



  • Installation: In-person installation and training provided by machine-specific technicians and/or engineers.



(vii) Shipment will be FOB Destination and Inspection and acceptance is in accordance with FAR Clause 52.212-4(a)



The Contractor shall assist with property book transactions required to establish the initial accountability for each system delivered.



USDA APHIS WS NWRC



4101 Laporte Ave



Fort Collins, CO 80521



For Invoice Processing and Payment.



Net 15dys ARO



in accordance with OMB Dated 06/07/2012 Accelerating Payments to Small Businesses for Goods and Services



USDA uses the Invoice Processing Platform (IPP) for electronic submission and tracking of purchase orders, invoices, and payment information to its suppliers of goods and services: Enroll at https://ipp.gov. The IPP is a government-wide secure web-based invoice processing service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury’s Financial Management Service (FMS).



Upon contract award, you will receive a notification of your one-time enrollment requirement in an automatic invoice payment notification system available through IPP. This one-time enrollment in IPP means that you will receive a series of e-mails from Treasury services.



Contractors must submit invoices and attach all supporting documentation as required within 5 business days of completion of services provided. Supporting documentation include ,for example; maintenance inspection checklist, timecard for labor, travel receipts etc.. The COTR will review the supporting documents before approving invoices in IPP, if supporting documentation is not provided the invoice will be rejected. IPP will issue a notification to contractor that they must submit supporting documentation and resubmit the invoice.



Please see



https://www.ipp.gov/vendors/enrollment-vendors.htm



and Submit invoices through the Invoice Processing Platform (IPP)



Enroll at https://www.ipp.gov/



IPP is a secure, web-based system that manages government invoicing.



(viii) 52.212‐1 Instructions to Offerors – Commercial Items, is replaced in its entirety See addendum.



(ix) Evaluation:



Evaluation of quotes will be in accordance with Federal Acquisition Regulation ( FAR) 13.106-1 (2) and (FAR) 13.106-2(b)(3)



In accordance with Federal Acquisition ( FAR) 13.106-1 (2) the Government will award a purchase order resulting from this solicitation to the responsible Quote conforming to the solicitation that will be the “Best Value” and most advantageous to the Government. In accordance with FAR 13.106-2 (b)(3); Product offered, Price, Warranty, and Delivery are the factors to be considered.



52.211-6 Brand Name or Equal. (AUG 1999)



(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.



(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)



(x) Provision at 52.212-3 Representations and Certifications—Commercial Items applies to this solicitation and is to be completed online at www.sam.gov



(xi) The clause at 52.212-4 Contract Terms and Conditions—Commercial Items, applies to this acquisition.



(xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services. (MAR 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:



[Contracting Officer check as appropriate.]



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



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



__ (10) [Reserved].



__ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).



__ (12) 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).



__ (13) [Reserved]



(14) (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.



__ (15) (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.



(16) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)).



__ (17) (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.



__ (18) (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.



__ (19) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s).



__ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)).



__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) ( 15 U.S.C. 657f).



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



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



__ (23) 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)).



__ (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 (Oct 2022) ( 15 U.S.C. 637(m)).



__ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)).



__ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).



X (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



X (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).



X (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



X (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



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



X (31) (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 (32) (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.



(33) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



__ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



X (35) (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).



__ (36) 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.)



__ (37) (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.)



__ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).



__ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).



__ (40) (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.



__ (41) (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.



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



__ (43) (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 (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).



__ (46) 52.223-21, Foams (Jun2016) (E.O. 13693).



__ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



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



__ (48) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83).



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



__ (49)(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.



(50) 52.225-5, Trade Agreements (Dec 2022) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).



X (51) 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).



__ (52) 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).



__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150).



__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150).



__ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).



__ (56) 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).



(57) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



X (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).



(59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332).



(60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).



__ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).



__ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)).



__ (63) (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:



[Contracting Officer check as appropriate.]



__ (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) 52.219-8, 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.



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



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



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



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



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



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



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



(xiii) (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).



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



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



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



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



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



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



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



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



(xxi) 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.



(xxii) 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.



(xxiii) 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)



The following clauses and provision also apply to this requirement and can be found at



https://www.acquisition.gov/



Agar Clause found at



https://www.dm.usda.gov/procurement/policy/agar_x/agar02/subchaph.html



FAR Provision 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998)



FAR Provision 52.204-7 System for Award Management(Oct 2018)



FAR Provision 52.204-16 Commercial and Government Entity Code Reporting. (Aug 2020)



FAR Provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021)



FAR Provision 52.209-5, Certification Regarding Responsibility Matters



FAR Provision 52.212-3 Offeror Representations and Certifications—Commercial Items.



FAR Provision 52.211-6 Brand Name or Equal. (AUG 1999)



FAR Clause 52.252-2 Clauses Incorporated by Reference. (FEB 1998)



FAR Clause 52.204-13, System for Award Management Maintenance (Oct 2018)



FAR Clause 52.204-18 Commercial and Government Entity Code Maintenance. (AUG 2020)



FAR Clause 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. (Nov 2021)



FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021)



FAR Clause 52.212-4 Contract Terms and Conditions—Commercial Items. (Dec 2022)



FAR Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Nov 2021)



AGAR Clause 452.204-70 Modification for Contract Closeout. (JULY 2022)



(xiii) Additional Contract Requirements or Warranty




  • Warranty: 1 year minimum, with 1 hr in-person or remote support included.

  • Implied Warranty - The Government’s post award rights contained in 52.212-4 (o) are the implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph.



(xiv) There is no Defense Priority Allocation for this requirement.



(xv) The date, time and place quotes are due: 4:pm (MST) 06/22/2023



To: Carol Dingess



Contracting Officer



USDA/APHIS/MRPBS/AAMD



Email carol.dingess@usda.gov



(xvi) The name and telephone number of the individual to contact for information regarding this RFQ is the same as item (xv)














Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 01, 2023 04:05 pm MDTCombined Synopsis/Solicitation (Original)

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 >