Arizona Bids > Bid Detail

ISBEE Set-aside - CCTV Upgrade for Whiteriver and Fort Yuma Service Units

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159819603985557
Posted Date: Mar 14, 2023
Due Date: Mar 31, 2023
Solicitation No: RFQ-23-PHX-029
Source: https://sam.gov/opp/d9f0b8750d...
Follow
ISBEE Set-aside - CCTV Upgrade for Whiteriver and Fort Yuma Service Units
Active
Contract Opportunity
Notice ID
RFQ-23-PHX-029
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
PHOENIX AREA INDIAN HEALTH SVC
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 14, 2023 11:17 am PDT
  • Original Published Date: Feb 23, 2023 10:24 am PST
  • Updated Date Offers Due: Mar 31, 2023 04:00 pm PDT
  • Original Date Offers Due: Mar 31, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 30, 2024
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Whiteriver , AZ 85941
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



Solicitation # RFQ-23-PHX-029 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial commodities/services. Submit written quotes only; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).





This requirement is under North American Industrial Classification Standard (NAICS) codes: 334290; or any applicable NAICS code, along with the appropriate Small Business Size Standard. This requirement is a 100% set-aside for Small Business concerns. A tiered evaluation preference will be used to first evaluate quotes from Indian Small Business Economic Enterprises (ISBEE); if no award can be made to an ISBEE, quotes from other small business (SB) socio-economic designations will be reviewed; if no award can be made to a SB, other than small business quotes will be reviewed.





REQUIREMENTS: Indian Health Service (IHS) – The Whiteriver Service Unit (WRSU) and Fort Yuma Health Center (FYHC) have a brand name only requirement for Closed-Circuit Television (CCTV) surveillance upgrades involving removing and/or replacing existing CCTV equipment.





This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty.





QUOTES MUST INCLUDE A COPY OF THE AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER TO VERIFY THAT THE VENDOR IS AN AUTHORIZED DISTRIBUTOR FOR THE PRODUCTS BEING QUOTED. Failure to provide an authorized distributor letter will deem a quote non-responsive, and will not be further evaluated.







Site Visit, Questions and Answers



Please send notification to dekovan.cook@ihs.gov if attending the site visits.



Locations



Whiteriver Service Unit (WRSU) Fort Yuma Indian Health Center



200 W. Hospital Dr. 401 Picacho Road



Whiteriver, AZ 85941-0860 Winterhaven, CA 92283





Onsite Visit: March 20, 2023 9AM Pacific Standard Time.



Garrett Building – Whiteriver Service Unit



400 W. Apache Dr.



Whiteriver, AZ 85941





Onsite Visit: March 22, 2023 9AM Pacific Standard Time.



Fort Yuma Indian Health Center



401 Picacho Road



Winterhaven, CA 92283





Pre Onsite Visit Questions. If you have questions regarding this requirement before the onsite visit, please submit your inquiries immediately via email to dekovan.cook@ihs.gov. Questions with the Government’s responses will be posted to SAM.gov. Please be advised that the Government reserves the right to transmit the questions and answers of a common interest to all prospective Offerors.





Post Onsite Visit Questions. If you have questions regarding this requirement after the onsite visit, please submit your inquiries immediately via email to dekovan.cook@ihs.gov not later than March 27, 2023 5PM Pacific Standard Time. Questions with the Government’s responses will be posted to SAM.gov. Please be advised that the Government reserves the right to transmit all questions and answers of a common interest to all prospective Offerors.





Technical Proposal




  • See SOW for more specific requirements.

  • Brand Name: Honeywell

  • Site visits are highly recommended for both locations. Site visits dates and times for each location will be established separately.






  1. Indian Small Business Economic Enterprise (ISBEE) Self-Certification



Element 1. ISBEE Self-certification



To identify and support responsible IEE/ISBEE(s) and prevent circumvention or abuse of the Buy Indian Act, interested, qualified, vendors must provide the following:








      • Representation must be made on the designated IHS Indian Economic Enterprise

      • Representation form (attached) through which the offeror will self-certify eligibility; and,

      • Identify the Federally Recognized Indian









Definitions:



Indian Small Business Economic Enterprise (ISBEE): An Indian Economic Enterprise (IEE) that is also a small business concern established in accordance with the criteria and size standards of 13 CFR part 121.





Indian: American Indian, Native American, Alaska Native, Indigenous American. Members of a Federally Recognized Tribal Entity of the United States.






  1. Technical Capabilities



Element 1: Executive Technical Summary




  • The Offeror shall include an overview of the company’s key technologies and methodologies to be employed to meet the requirements. The submission shall include a clear delineation of each technology or methodology that will be utilized to support the original SOW tasks and how these will benefit the agency as a result.





Element 2: The Offeror’s Key Technical Approaches




  • The quotation shall delineate the Offeror’s specific methodology(ies) to promote efficiency in utilizing resources and timely completion of the delivery, installation, and repair of this requirement. In addition, the Offeror must identify the key project tasks, corresponding schedules and areas requiring the Agency's resources.





Element 3: The quote shall list anticipated major difficulties and problem areas, along with recommended proactive measures to mitigate the issues.





Element 4. The Offeror’s solution to the major logistical considerations.





Element 5. The Offeror’s proactive measures to limit the disruption to the regular government operations due to the contract performance.






  1. Delivery and Installation



Element 1: Vendor shall submit a proposed delivery and installation schedule.






  1. Past Performance



Element 1: Offerors must submit past performance that is current and relevant as defined herein. Offerors may submit a maximum of 5 (minimum of 3) examples of their past performance with their offer to include prime contract and subcontracts. Past performance information should contain the following:



- Project title;



- Description of the project and equipment;



- Contract number;



- Contract amount;



- Government Agency/Organization;



- COR’s & CO’s name, address, and phone number;



- Current status, e.g., delivery after award date; and



- A brief narrative of why you deem the reference to be relevant to this effort.





Price Quote



Element 1: The price quote shall be a separate volume from your technical and past performance volume. The price quote is to be submitted as a Firm Fixed Price quote and may be in the Offeror’s preferred format. Excel worksheets shall have working cells and formulas, and be rounded to no more than 2 decimal places.





This is an open-market combined synopsis/solicitation for products and services, as defined herein. The government intends to award a purchase order (PO) as a result of this combined synopsis/solicitation to the responsive and responsible vendor, on an all or nothing basis, whose conforming response offers the best price to the Government. This means, an Offeror will submit one quote, including all items (equipment, services and supplies), which will be awarded under one contract.





Contracting Officer (CO) and Contracting Officer Representative(s) (COR(s)) Quality Assurance Personnel. The CO will appoint CORs for management of the day-to-day activities of this requirement. The identity, title, and authority of this representative will be provided in writing to the Contractor after award.





This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-04 dated January 30, 2022.





The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation.





The full text of FAR provisions or clauses may be accessed electronically at g http://acquisition.gov/comp/far/index.html.





The following solicitation provisions apply to this acquisition:





FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017





FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017





Offerors must complete annual representations and certifications on-line at http://www.SAM.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.





CLAUSES INCORPORATED BY REFERENCE:



The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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): https://www.acquisition.gov/far/ (FAR) and (HISR);



52.212-1 Instructions to Offerors – Commercial Items (NOV 2021)



52.212-3 Offeror Representations and Certification - Commercial Items (DEC 2022);



52.212-4 Contract Terms and Conditions Commercial Items (DEC 2022);

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2022);



52.217-5 Evaluation of Options (JULY 1990);



52.217-8 Option to Extend Services (NOV 1999);



52.217-9 Option to Extend the Term of the Contract (MAR 2000);



52.222-3 Convict Labor (JUN 2003);



52.222-21 Prohibition of Segregated Facilities (APR 2015);



52.222-26 Equal Opportunity (SEPT 2016);



52.222-36 Equal Opportunity For Workers With Disabilities (JUN 2020);



52.222-41 Service Contract Labor Standards (AUG 2018);



52.225-1 Buy American Act – Supplies (OCT 2022);



52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021);



52.232-33 Payment by Electronic Funds Transfer–System for Award Management (OCT 2018) (31 U.S.C. 3332);



52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management (JUL 2013);

52.233-2 Service of Protest (SEP 2006)

52.252-1 Solicitation Provisions Incorporated by Reference

52.204-7 System for Award Management (OCT 2018);



13.5 ADDENDUM – ADDENDUM to FAR 52.212-5 Instructions to Offerors – Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items



CLAUSES INCORPORATED BY FULL TEXT:



52.212-2 – Evaluation – Commercial Items (NOV 2021)



The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation.





TECHNICAL PROPOSAL: Offerors shall provide a technical quote that includes warranty information and past performance. Quotes must include an authorized distributor letter; additionally, an estimated delivery schedule must be provided.




  • Proposed Solution – CCTV Upgrades: The technical quote shall identify the Brand Name items requested, warranty coverage details and service maintenance support. Quotes may be evaluated for technical acceptance on a pass/fail basis; items not meeting the Brand Name requirement, may be deemed non-responsive and not further evaluated. Proof of Honeywell device approval must be submitted, if applicable.

  • Delivery schedule: Vendor shall submit a proposed delivery and installation schedule.





RECENT & RELEVANT PAST PERFORMANCE: Offerors must submit past performance that is current and relevant as defined herein. Offerors may submit a maximum of 5 (minimum of 3) examples of their past performance with their offer to include prime contract and subcontracts. Past performance information should contain the following:




  • Project title;

  • Description of the project;

  • Contract number;

  • Contract amount;

  • Government Agency/Organization;

  • COR’s & CO’s name, address, and phone number;

  • Current status, e.g., completed and/or if in progress, start and estimated completion dates; and

  • A brief narrative of why you deem the reference to be relevant to this effort.





The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the probability of success relative to the required effort.





Recent is defined as having been completed within the last 24 months from close date of this solicitation. Relevant is defined as any contract or subcontract valued at $50,000 or greater with a similar type requirement.





Relevant Past Performance evaluation via Past Performance Information Retrieval System (PPIRS). PPIRS records for the identified contract will be assessed and other records within PPIRS may be considered. No submission is required for this section.





PRICING: Price will be evaluated in whole, including all service options and optional accessories quoted. Failure to provide quotes for items may be deemed non-responsive and may not be further evaluated.





FAR 52.212-2, Evaluation – Commercial Items.



(a) Evaluation procedures will be IAW FAR 13.106. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will perform a comparative evaluation of technical solution, past performance, and price. Technical solution will consist of the following:




  • Technical solution

  • Planned delivery schedule





Past performance consists of PPIRS and FAPIIS data and relevant past performance. For price, all line items will be evaluated together as a total contract value.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)



The Offeror shall not complete the representation in this provision if the Offeror has represented that it “does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.



(a) Definitions. As used in this provision—



“Covered telecommunications equipment or services”, “critical technology”, and “substantial or essential component” have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing—



(1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or



(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.



(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.



(d) Representation. The Offeror represents that it will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.



(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it “will” provide covered telecommunications equipment or services”, the Offeror shall provide the following information as part of the offer—



(1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);



(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;



(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and



(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).





52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019)



(a) Definitions. As used in this provision, “covered telecommunications equipment or services” has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.



(c) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.





(End of Provision)





52.212-4 -- Contract Terms and Conditions -- Commercial Items. (Oct 2018).



52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEC 2022)



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:



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



(2) 52.204-23, Prohibition on Contracting for Hardware,



Software, and Services Developed or Provided by Kaspersky Lab and



Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).



(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)



(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).



(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 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 (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).



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



X (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).



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



X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).



X (19) 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637(a)(14)).



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



X (22) 52.219-28, Post Award Small Business Program Rerepresentation (OCT 2022) (15 U.S.C. 632(a)(2)).



___ (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)).



X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).



X (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126).



X (29) (i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).



X (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).



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 (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).



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



X (34) 52.222-54, Employment Eligibility Verification (MAY 2022). (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.)



X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) (E.O. 13513).



X (49) 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).



X (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (NOV 2021) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).



X (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).



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



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



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



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



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



(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (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) 52.219-8, 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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.



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



(vii) 52.222-26, Equal Opportunity (Sep 2016) (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 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 Under Executive Order 13658 (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. 2302 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) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Nov 2021) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.



(End of Clause)





52.252-1 – Solicitation Provisions Incorporated by Reference (Feb 1998)



This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm





HHSAR 352.232-71 Electronic Submission of Invoice Payments (FEB 2022)



(a) Definitions. As used in this clause—



Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract.





(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.





(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.





(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.





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):



https://www.acquisition.gov/





DEPT. OF HEALTH & HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES (INCORPORATED BY REFERENCE):



No. HHSAR Clause No. Title and Date



352.203-70 Anti-Lobbying DEC 2015



352.208-70 Printing and Duplication DEC 2015



352.223-70 Safety and Health DEC 2015



352.227-70 Publications and Publicity DEC 2015



352.239-74 Electronic and Information Technology DEC 2015



Accessibility





Arizona State Taxes. The Department of Health and Human Services, Whiteriver Service Unit and Fort Yuma Health Center, is Tax Exempt under A.R.S.42-5063(C)(3)(a), A.R.S.42-5067(B)(1), A.R.S.42-5065(B)(2)(a), A.R.S.42-5066(B)(3) (a), A.R.S.42-5074(B)(8), A.R.S.42-5071(B)(2)(a), A.R.S.42-5061(A)(25)(a), and A.R.S.42-5159(A)(13)(a),(b),(c), State of Arizona Department of Revenue. (Copy of Certificate available upon request).






Attachments/Links
Contact Information
Contracting Office Address
  • 2 RENAISSANCE SQ, 40 N CENTRAL AVE SUITE 600
  • PHOENIX , AZ 85004
  • 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 >