Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Graduation Regalia

Solicitation Number: HU0001-09-Q-0029
Agency: Other Defense Agencies
Office: Uniformed Services University of the Health Sciences
Location: Directorate of Contracting
  • Print
:
HU0001-09-Q-0029
:
Combined Synopsis/Solicitation
:
Added: Nov 12, 2008 9:44 am Modified: Jan 07, 2009 10:00 amTrack Changes

The purpose of this amendment is to inform all vendors that the date for quotes to be submited has changed to January 9, 2009 by 4:30p.m. eastern time.


 


The Uniformed Services University of the Health Sciences (USUHS), the DoD Medical School and Health Sciences University, Bethesda, intends to procure on a competitive basis for the rental and purchase of graduation regalia for the annual commencement ceremony of the F. Edward Herbert School of Medicine and the Graduate School of Nursing.  It is the intent to obtain the rental of medical school and graduate program cap and gown with hoods, and guest speaker and honoree degreed hoods; and the purchase of program covers, diplomas, diploma covers, program tassels and invitations.  This notice serves as a combined synopsis/solicitation for commercial items prepared in accordance with the procedures in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation will be issued as a request for quote (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-26. The North American Industry Classification System (NAICS) code is 315999 - Other Apparel Accessories and Other Apparel Manufacturing and a size standard of 500 employees. This RFQ is not set-aside for small businesses. The contract award will be done as a single award contract. It will be the responsibility of the contractor to check FedBizOpps at http://www.fedbizopps.gov, for any amendments to the solicitation. Please submit all questions and concerns in writing by November 27, 2008. All quotes are due on December 29, 2008 at 4:30 pm. Anticipated award date is January 6, 2008. Quotes may be e-mailed to kshelton@usuhs.mil or faxed to 301-295-1716. Attn: Graduation 2009.


 


USUHS Graduation Regalia


 


All offerors are required to provide an estimated total cost for each CLIN and a unit cost and total cost for each SubClin.  All quantities stated herein for the base and option years are estimates and are subject to change as the requirement changes.  The Government reserves the right to add or delete items and quantities.  Any graduation regalia that don't meet the specifications as outlined in the statement of work shall be returned and corrected at no additional cost to the government.   Please see the statement of work (SOW) for product descriptions.  Quotes are due on December 29, 2008 and may either be e-mailed to   kshelton@usuhs.mil or faxed to 301-295-1716.  Quotes must be valid for 30 days. 


 


BASE YEAR


 


CLIN 0001: Graduation Regalia                                  Estimated Total Cost $______


 


CLIN 0001AA: Graduation Ceremony Invitations with Inner and Outer Envelopes


 


QTY: 3,200                 Unit Cost: $ ______                             Total Cost: $_______


 


CLIN 0001AB:  Graduation Ceremony Program Covers with Gold USU Seal


 


QTY: 3,000                 Unit Cost: $______                              Total Cost: $_______


 


CLIN 0001AC:  Red, White and Blue Program Tassels (12 inches) for Graduation


 


QTY: 2,500                 Unit Cost: $ ____                                 Total Cost: $_______


 


CLIN 0001AD:  M.D. Diplomas with Multi-Color USU Seal


 


QTY: 170                    Unit Cost: $ ____                                 Total Cost: $ _______


 


CLIN 0001AE:  Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $ ____                                 Total Cost: $_______


 


CLIN 0001AF:  GSN Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost:$ ____                                  Total Cost: $_______


 


CLIN 0001AG:  Black Diploma Covers with Gold USU Seal


 


QTY: 280                    Unit Cost:$ ____                                  Total Cost: $_______


 


CLIN 0001AH:  Cap and Gown Rental, Includes Tassel


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0001AJ:  Academic Hood Rental


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 001AK:  Estimated Shipping and Handling


 


QTY: 1 LOT                Unit Cost:  $________             Total Cost: $ _______


 


OPTION YEAR I


 


CLIN 0002: Graduation Regalia                                  Estimated Total Cost: $_______


 


CLIN 0002AA: Graduation Ceremony Invitations with Inner and Outer Envelopes


 


QTY: 3,200                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0002AB:  Graduation Ceremony Program Covers with Gold USU Seal


 


QTY: 3,000                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0002AC:  Red, White and Blue Program Tassels (12 inches) for Graduation


 


QTY: 2,500                 Unit Cost:  $_   ___                              Total Cost: $_______


 


CLIN 0002AD:  M.D. Diplomas with Multi-Color USU Seal


 


QTY: 170                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0002AE:  Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0002AF:  GSN Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0002AG:  Black Diploma Covers with Gold USU Seal


 


QTY: 280                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0002AH:  Cap and Gown Rental, Includes Tassel


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0002AJ:  Academic Hood Rental


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0002AK:  Estimated Shipping and Handling


 


QTY: 1 LOT                Unit Cost: $_____                                Total Cost: $_______


 


 


OPTION YEAR II


 


CLIN 0003: Graduation Regalia                                  Estimated Total Cost $________


 


CLIN 0003AA: Graduation Ceremony Invitations with Inner and Outer Envelopes


 


QTY: 3,200                 Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0003AB:  Graduation Ceremony Program Covers with Gold USU Seal


 


QTY: 3,000                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0003AC:  Red, White and Blue Program Tassels (12 inches) for Graduation


 


QTY: 2,500                 Unit Cost:  $____                                 Total Cost: $_______


 


CLIN 0003AD:  M.D. Diplomas with Multi-Color USU Seal


 


QTY: 170                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0003AE:  Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0003AF:  GSN Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0003AG:  Black Diploma Covers with Gold USU Seal


 


QTY: 280                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0003AH:  Cap and Gown Rental, Includes Tassel


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0003AJ:  Academic Hood Rental


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0003AK:  Estimated Shipping and Handling


 


QTY: 1 LOT                Unit Cost: $_____                                Total Cost: $_______


 


OPTION YEAR III


 


CLIN 0004: Graduation Regalia                                  Estimated Total Cost $________


 


CLIN 0004AA: Graduation Ceremony Invitations with Inner and Outer Envelopes


 


QTY: 3,200                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0004AB:  Graduation Ceremony Program Covers with Gold USU Seal


 


QTY: 3,000                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0004AC:  Red, White and Blue Program Tassels (12 inches) for Graduation


 


QTY: 2,500                 Unit Cost:  $____                                 Total Cost: $_______


 


CLIN 0004AD:  M.D. Diplomas with Multi-Color USU Seal


 


QTY: 170                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0004AE:  Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0004AF:  GSN Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0004AG:  Black Diploma Covers with Gold USU Seal


 


QTY: 280                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0004AJ:  Cap and Gown Rental, Includes Tassel


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0004AK:  Academic Hood Rental


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0004AL:  Estimated Shipping and Handling


 


QTY: 1 LOT                Unit Cost: $_____                                Total Cost: $_______


 


 


OPTION YEAR IV


 


CLIN 0005: Graduation Regalia                                 Estimated Total Cost $________


 


CLIN 0005AA: Graduation Ceremony Invitations with Inner and Outer Envelopes


 


QTY: 3,200                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0005AB:  Graduation Ceremony Program Covers with Gold USU Seal


 


QTY: 3,000                 Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0005AC:  Red, White and Blue Program Tassels (12 inches) for Graduation


 


QTY: 2,500                 Unit Cost:  $____                                 Total Cost: $_______


 


CLIN 0005AD:  M.D. Diplomas with Multi-Color USU Seal


 


QTY: 170                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0005AE:  Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0005AF:  GSN Graduate Degree Diplomas with Multi-Color USU Seal


 


QTY: 110                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0005AG:  Black Diploma Covers with Gold USU Seal


 


QTY: 280                    Unit Cost: $____                                  Total Cost: $_______


 


CLIN 0005AH:  Cap and Gown Rental, Includes Tassel


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0005AJ:  Academic Hood Rental


 


QTY: 250                    Unit Cost: $_____                                Total Cost: $_______


 


CLIN 0005AK:  Estimated Shipping and Handling


 


QTY: 1 LOT                Unit Cost: $_____                                Total Cost: $_______


 


 


STATEMENT OF WORK


 


The Uniformed Services University of the Health Sciences (USUHS), the Department of Defense Medical School and Health Sciences University, Bethesda, MD has a requirement for the rental of medical school and graduate program cap and gown units with hoods, and guest speaker and honorary degree hoods; the purchase of diplomas, diploma covers, program covers, program tassels and invitations for the F. Edward Hebert School of Medicine and the Graduate School of Nursing.  This will be a firm-fixed price contract for one (1) base-year period and four (4) option years. 


 


1.  GENERAL STATEMENT


 


It is the intention of this Statement of Work (SOW), to obtain the rental of medical school and graduate program cap and gown units with hoods, and guest speaker and honoree degree hoods;  the purchase of diplomas, diploma covers, program covers, program tassels and invitations for the F. Edward Hebert School of Medicine and the Graduate School of Nursing of the Uniformed Services University of the Health Sciences (USUHS).


 


Receipt of the completed invitations must be no later than February 1, 2009 and February 1 of each option year in order to address and mail to VIPs.  Receipt of completed diplomas must be no later than April 1, of each contract year.  Rental caps, gowns, and hoods must be received at USUHS no later than May 1, of each contract year.  Commencement is held each year on Armed Forces Day, the third Saturday in May.  The 2009 Graduation will be held on May 16, 2009.  The delivery dates for the graduation regalia will remain the same for all option years. The Graduation commencement date for the option years is to be determined.


 


All required supplies and services shall be subject to all Federal Acquisition Regulations, Federal, State, and Local requirements.  All items shall fully meet industry standards.  All quantities are estimates and are subject to change as requirement changes.


 


2.  MANDATORY REQUIREMENTS


           


2.1  Offerors must be registered as a manufacturer of academic regalia.


     


2.2  Offerors shall provide the type and quality of materials and workmanship specified.


 


2.3  Offerors shall provide a representative in the area who will make periodic calls on the end-user within USUHS as frequently as required


 


2.4  Proofs shall be provided for any items requiring printing prior to the final production run.  Proofs shall be approved by the Contracting Officers Representative (COR) before the final production run.


 


2.5  References shall be provided from customers from three previous contracts.


 


2.6  Offerors shall provide a sample of the product required under each contract line item (CLIN) at the time of the offer.


 


2.7  The University shall require different delivery dates for each Clin item for the  graduation.


 


2.8  All orders may be charged to the Government IMPAC Visa credit card.


 


3.  SPECIFICATIONS - CAPS & GOWNS


 


3.1  Caps: the mortarboards are to be covered in black polyester and cotton blend fabric, 65% polyester and 35% cotton.  Caps must be one size fits all.


 


3.2  The button in the center of the cap is to be covered in the same fabric as the cap; plastic or metal buttons are not acceptable.


 


3.3  Tassels are required for all USUHS graduates;  tassels are to be fastened to the middle of the top of the cap.  Tassel colors are as follows:


 


            3.3.1  For all students, the color matches the velvet on the degree hood.


 


            3.3.2  For all Faculty MDs & PhDs, the tassel is old gold.


 


3.3.3  For all Faculty with a Masters Degree, the tassel is black.


 


 3.4  Mortar boards of the caps are to measure 9 3/8  inches square.


 


 3.5  The caps are to be lined with a non woven pillion fabric to assure clean appearance and non bulky fit.


 


3.6  Gowns: the fabric will be black polyester and cotton blend of 65% polyester and 35% cotton.


 


3.7  Fluting across the shoulder and back of gown will be heavily pleated.


 


3.8  Yoke will contain a non-woven inner pillion lining.


 


3.9  Sleeves are to be double-lined in order to give a full body appearance.


 


3.10  Front velvet panels will extend around and join behind the neck.


 


3.11  Front panels and sleeve bars will be made from plush woven black cotton velvet.


 


3.12  Zipper will be black and self-healing.


 


3.13  Velcro closures on sleeves of all MD graduate gowns.


 


   3.14  Gowns will conform to the most current Academic Code of the American Council on Education.


 


      3.15  All caps and gowns are to be individually packed and sorted in alphabetical order.


 


4.  HOODS


 


4.1  Outside of hood shall be black in color and made of fabric matching the gown, 65% polyester and 35% cotton.


 


4.2  The lining of the hood for all USUHS graduates shall be made from luster satin, in the colors of purple and gold.


 


4.3  The lining of the hoods for all USUHS faculty shall be made from luster satin in the colors of the institution that awarded the degree.


 


4.4  The degree bands on all hoods are to be made from the same quality plush woven cotton velvet used on the gown.  The colors are as follows:


 


•4.4.1        For M.D. graduates the velvet trim is green.


 


•4.4.2        For Ph.D. graduates the velvet trim is dark blue.


 


•4.4.3        For M.S. graduates the velvet trim is yellow gold.


 


•4.4.4        For Master of Public Health graduates the velvet trim is salmon pink.


 


•4.4.5        For Master of Tropical Medicine and Hygiene graduates the velvet trim is salmon pink


 


•4.4.6        For Master of Science in Nursing the velvet trim is apricot.


 


•4.4.7        For Doctor of Public Health the velvet trim is salmon pink.


 


•4.5   The degree bands shall conform in size and color to the most current Academic Code of the American Council on Education.


 


4.6  All M.D. and Ph.D. hoods will be 4 feet in length with a 5 inch width of velvet edging.


 


•4.7   All Master hoods will be 3 ½ feet in length with a 3 inch width of velvet edging.


 


•4.8   Shapes, dimensions, and patterns shall conform to the most current Academic Code of the American Council on Education.


 


5.  DIPLOMAS


 


         5. 1 All offerors shall be registered manufacturers of diplomas.


 


         5.2  Paper stock shall be Ivory 100 diploma parchment, white weave, and 100% cotton count.  Basis weight 48#.


 


         5.3  Seal shall be the Uniformed Services University of the Health Sciences Seal, to be embossed and engraved from steel dies in the following eight, true Pantone colors:


                       


                        Gold: 457 U, 873 C


                        Light blue: 291 U, 297 C (or 291 C)


                        Maroon: 222 U, 222 C (or 506 C)


                        Navy: 282 U, 282 C (or 539 C)


                        Green: 349 U, 349 C


                        Red: warm red U or C


                        Yellow: 122 U, 123 C


                        White


 


         5.4  Diploma size shall be 14 inches x 11 inches.


**Lithography printing will not be accepted**


 


         5.5  Text shall be printed with rich non-fading black ink with all impressions to be sharp and clear.


        


         5.6  The names, degrees, areas of specialization, datelines, title lines, and signatures will be embossed in rich, non-fading black ink.  Each diploma will have three title lines and signatures.


        


         5.7  All Offerors shall reprint diplomas found to contain typographical errors in sufficient time to be received prior to graduation at no additional cost to the Government.


        


6.  DIPLOMA COVERS


 


         6.1  Diploma cover stock shall be black flexoid, .030 inches with calf grain.


 


         6.2  Diploma cover fold shall be upfold.  When folded, cover shall be 14 ¾ inches x 11⅞ inches.  When diploma cover is flat it shall be 29 ½ inches x 11⅞ inches.


 


         6.3  Seal: the Uniformed Services University of the Health Sciences Seal shall be stamped in gold, centered on the front of the cover.


 


         6.4  Lining: the cover lining shall be one piece craft paper with our white corner pocket ribbons.


        


         6.5  Protector: a clear acetate diploma protector shall be supplied with each cover.


 


7.  PROGRAM COVERS


 


         7.1  Program covers shall be seashell in color.


 


         7.2  When flat it shall be 12 inches x 9 inches.  Program covers shall be scored for folding to 6 inches by 9 inches, but shipped "flat."


        


         7.3  Program covers stock shall be a basis weight of 62#.


 


         7.4  The University Seal is to be engraved and deeply embossed in gold and double burnished. Positioned in the center of the right side of the 6 x 9 fold score.


 


8.  PROGRAM TASSELS


 


         8.1  Tassel Style shall be #1 program cord of red, white and blue with a length of 12 inches.


 


9.  INVITATIONS WITH ENVELOPE


 


         9.1  Paper stock color shall be seashell, and basis weight 40#.


         9.2  Text (Zaph Chancery Font): Script shall have date line and be in 30 and 36 point.  Wording is to be engraved from steel plates in rich non-fading black ink.


 


         9.3  Fold: French Fold, folded: 4 ½ inches x 5 15/16 inches, flat: 9 inches x 11⅞.


 


         9.4  Front: deeply blind embossed double panel, ellipse interior, rectangle exterior.


        


         9.5  Seal: University Seal is to be engraved and deeply embossed in gold and double burnished.


 


         9.6  Envelopes: Inside envelope 4 ⅝ inches x 6 ⅛ inches.  Basis weight 28#, seashell color, gummed. Outside envelope, 4 ¾ x 6 3/8 inches, basis weight 28#, seashell color, gummed.


 


         9.7  R.S.V.P. card: same paper stock and font as invitation, 3 inches x 4 inches.


 


         9.8  Packaging - Graduation invitations, inside and outside shall be bundled in clear plastic in lots of 10 for easy distribution.


 


EVALUATION: The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose quote, conforming to this solicitation will be most advantageous to the government.


 


1. Price - All offerors are required to provide an estimated  total cost for each CLIN and an unit cost and total cost for each SubClin. 


 


2. Technical - Award will be made on a best value determination considering price and non-price factors such as quality, and meeting delivery schedule. Any offer that does not provide samples of their work will be considered technically unacceptable and not subject for award.


 


•a.        All offerors shall submit one (1) sample of their own invitations, caps, gowns, hoods, diplomas, and diploma covers as defined in the Statement of Work, with their offer  submission. 


 


NOTE: All items will be returned upon request after the contract is awarded. Also, it is not required to send a sample of the USUHS symbol with your sample.


 


•b.       All offerors must provide samples (proofs) of past printings such as diplomas, invitations with envelopes, program covers, and diploma covers, to be submitted with their offer for evaluation.


 


•c.        All offerors must provide proof that they are registered as manufactures of academic regalia.


 


3. Past Performance - Provide three references of similar services.  Include: Company name, description, point of contact, phone number, e-mail address, contract value, and period of performance.


 


To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database.  For instructions on registering with the CCR, please see the CCR website at  http://www.ccr.gov. 


 


All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. 


 


The following provisions & clauses apply:


 



  • FAR 52.212-1 - Instructions to Offerors-Commercial Items (Nov 2007)

  • FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999)

  • FAR 52.212-3 - Offeror Representations and Certification-Commercial Items (Nov 2007)

  • FAR 52.212-4 -  Contract Terms and Conditions-Commercial Items (Feb 2007)

  • FAR 52.217-6 - Option for Increased Quantity (Mar 1989)

  • FAR 52.217-8 - Option to Extend Services (Nov 1999)

  • FAR 52.217-9 - Option to Extend the Term of the Contract ( Mar 2000)


 



  • 52.212-5     Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008)


 


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


 


(2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).


 


(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 (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).    


 


 ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999) (15 U.S.C. 657a).   


 


 ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).   


 


 ___ (4) [Removed].   


 


 ___ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).   


 


 ___ (ii) Alternate I (OCT 1995) of 52.219-6.   


 


 ___ (iii) Alternate II (MAR 2004) of 52.219-6.   


 


 ___ (6)(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__ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)).   


 


 ___ (8)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2007) (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.   


 


 _X__ (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)).   


 


__ (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).


 


___ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEP 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).


 


___ (ii) Alternate I (JUNE 2003) of 52.219-23.


 


___ (12) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).


 


___ (13) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).


 


___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f).


 


_X__ (15) 52.219-28, Post Award Small Business Program Representation (JUNE 2007) (15 U.S.C. 632(a)(2)).


 


_X__ (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).


 


_X__ (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126).


 


_X__ (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).


 


_X__ (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).


 


_X__ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).


 


_X__ (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29


U.S.C. 793).


 


_X__ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).


 


_X__ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201).


 


_X__(24)(i) 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts).


 


___ (ii) Alternate I (AUG 2007) of 52.222-50.


 


___ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)).


 


___ (ii) Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)).


 


___ (26) FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).


 


___  (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423).


 


___ (ii) Alternate I (DEC 2007) of 52.223-16.


 


_X__ (28) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d).


 


_X__ (29)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (AUG 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169).


 


___ (ii) Alternate I (JAN 2004) of 52.225-3.


 


___ (iii) Alternate II (JAN 2004) of 52.225-3.


 


___ (30) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).


 


_X__ (31) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury).


 


___ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).


 


___ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).


 


___ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).


 


___ (35) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).


 


___ (36) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).


 


___ (37) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).


 


_X__ (38) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).


 


___ (39) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).


 


___ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).


 


____ (ii) Alternate I (APR 2003) 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 items: (Contracting Officer check as appropriate.)


 


____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).


 


____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).


 


____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).


 


____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).


 


____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).


 


____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).


 


____ (7) 52.237-11, Accepting and Dispensing of $1 Coin (AUG 2007)(31 U.S.C. 5112(p)(1)).


 


(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 paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--


 


(i) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


 


(ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).


 


(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).


 


(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).


 


(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201).


 


(vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).


 


(vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50.


 


(viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).


 


(ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).


 


(x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (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)

:
4301 Jones Bridge Road
Bethesda, Maryland 20814-4799
:
4301 Jones Bridge Rd.
Bethesda, Maryland 20814
United States
:
Kali J Shelton,
Contract Specialist
Phone: 301-295-1379
Fax: 301-295-1716
:
Christina Johnson,
Contract Specialist
Phone: (301) 295-3069
Fax: (301) 295-1716