Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
MODIFICATION

U -- Lean 6 support Services and On-Line Tools - Amendment 1

Notice Date
9/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
HQ0423-10-T-0012
 
Archive Date
10/9/2010
 
Point of Contact
Richard St. Clair, Phone: 614-693-1910, Tesfalem Ellos, Phone: 6146931103
 
E-Mail Address
RICHARD.STCLAIR@DFAS.MIL, Tesfalem.Ellos@DFAS.Mil
(RICHARD.STCLAIR@DFAS.MIL, Tesfalem.Ellos@DFAS.Mil)
 
Small Business Set-Aside
N/A
 
Description
This attachment is a amendment to HQ0423-10-T-0012 solicitation. Title: Lean 6 support services and on-line tools 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; proposals are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-10-T-0012: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-43, Effective 02 Aug 2010 (includes 2005-44, 08 Jul 2010). This requirement is UNRESTRICTED in regard to business size. The NAICS code is 519190 and the small business size standard is $7,000,000.00. Items: 0001 - Lean 6 support services and on-line tools and resources to meet the requirements of the SOW. Quantity: See details in the SOW below. Unit of Measure: See details in the SOW. Description of items/services: Statement of Work (SOW)- LEAN6 1. GENERAL 1.1 Scope of Work: The contractor shall provide all personnel, equipment, and supplies, except as specified herein as Government furnished, to provide access to a network of Lean6 subject matter experts. The scope of this effort includes all DFAS Lean6 activities. The objectives are as follows: 1.1.1: The contractor shall provide a basket of Lean6 services to include access to subject matter experts, Lean6 electronic learning tools, Lean6 assessments, and various survey tools. 1.2 Background: 1.2.1 DFAS Agency: The Defense Finance and Accounting Services Agency is within the DoD and provides all finance and accounting services to the Department, primarily Accounting, Commercial Pay, Military and Civilian Pay, Systems, and Corporate Risk Management and Resources. DFAS has 11 sites worldwide, 11,000 military and civilian employees provide finance and accounting services that result in $1 billion per day in disbursements, and process over 100 million accounting transactions each year. DFAS recognized the need to enhance the value of its products and services by reducing cycle time, improving productivity, reducing costs, and developing the skills and tools of its workforce. It utilizes these skills and tools to achieve the aforementioned goals in a cost efficient and effective manner through continuous improvement. 2. GOVERNMENT-FURNISHED PROPERTY AND SERVICES 2.1 Personnel: The Government will provide the services of a COR for technical direction, interpretation and inspection to assure quality in the performance of this task order. 3. CONTRACTOR-FURNISHED ITEMS - N/A 4. SPECIFIC TASKS 4.1The contractor shall provide access to a wide network of Subject Matter Experts (SME’s) in Lean6 skills and philosophy in an effort to meet DFAS’ strategic goals (see Paragraph 7 of this SOW for strategic goals). The DFAS SME access shall not exceed 100 hours of access for the Agency per year. SMEs shall acknowledge and jointly, between the SME and the Lean Six Blackbelt establish a delivery plan for support of the request. 4.2 The contractor shall provide access to an online training portal that has Lean6 training and case studies. The contractor shall provide up to 100 accounts for DFAS Black Belt employee. Access shall be provided 24 hour x 7 days a week. 4.3 The contractor shall provide access to survey creation tools and the ability to send them to DFAS employees. The contractor shall provide the ability to build unlimited amounts of surveys. 4.4 The contractor shall provide access to different leadership development assessments. The contractor shall provide up to 25 leadership assessments per year Access is defined as on-line or via e-mail or telephone. 5.0. Ordering Period: The anticipated period of performance is one year from date of award with three option years. 6.0. Quality Assurance Surveillance Plan The following Quality Assurance Surveillance Plan (QASP) describes how DFAS will monitor and evaluate contractor performance under this Statement of Work (SOW). This QASP has been prepared to describe the quality assurance strategy for the services provided under this SOW. Key elements of the QASP include: •Surveillance tasks and acceptable quality levels; and •Documentation and reporting. 6.1.1. Role and Responsibilities of the Contracting Officer’s Representative The designated Contracting Officer’s Representative (COR) will perform inspection and, when appropriate, acceptance of deliverables under the SOW. The COR is authorized to represent the contracting officer in interpreting the technical requirements of the SOW. However, the COR IS NOT authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of any Schedule contract or order. A COR letter officially designating the COR will be distributed to the successful quoter. This COR letter will provide additional details in regard to the COR’s responsibilities. 6.1.2. Acceptable Quality Levels and Surveillance TaskRequired TaskPerformance OutcomeAcceptable Quality LevelMethod of Surveillance --------------------------------------------------------------------------------------------------------------- 4.1Access Subject DFAS obtains SME SME responds to request Routine monitoring Matter Experts and benchmarking within 24 hoursby appropriate andwhen neededof request and meets or Government personnel. benchmarkingexceeds agreed delivery of research support 99% of the time 4.2 &Access to Access is available Resources available100% government review. 4.3various without interruption99% of time on-line or delay. resources 4.4 Leadership Assessments are Assessments available100% government review. assessments provided as required. 99% of time. 7.0. Summary of DFAS Strategy DFAS Mission Lead DoD in finance and accounting by ensuring the delivery of efficient, exceptional quality pay and financial information. DFAS Vision To be the recognized leader in DoD's financial management by consistently delivering first-class products and services. Strategic Themes Customer Collaboration Goal: Provide value-added customer solutions. Intent: Partner with customers and other enablers to clearly define negotiated expectations by balancing requirements, enterprise-wide standards and cost realities. Continuous Improvement Goal: Smart changes for better, faster results. Intent: Be more effective and efficient by both applying new capabilities and improving existing operations. Operational Excellence Goal: Deliver first-class products and customer service. Intent: Achieve superior results through a high-performing workforce, analytical capabilities, and standardized procedures. Performance Periods: One year from Date of award, plus 3 option years. Place of Performance is: Various DFAS Locations in NY, OH, IN, VA and ME. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Offerors should address the following: •PAST PERFORMANCE: Quoters are allowed to submit up to a maximum of 5 pages of relevant past performance information for work, resources provided, and experience in similar projects – including references. All pages after the first 5 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. •PRICE: Vendors shall provide a total fixed price per year. During evaluation, option year prices will be considered in the evaluation and will be added to the base year price to determine a total evaluated price. Base Year Price: $___________________ Option Year 1 Price: $__________________ Option Year 2 Price: $__________________ Option Year 3 Price: $__________________ Quoters are allowed to submit up to a maximum of 1 page of supporting information on their price; however this is not required. All pages after the first page, regardless of whether they are title pages, tables of content, etc., will not be evaluated. Quotes should NOT include more than 10 total pages of information – five (5) pages for past performance, one (1) page for support pricing information, and four (4) pages will be allowed for miscellaneous information. (b) 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. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before the contract expires. [insert the period of time within which the Contracting Officer may exercise the option]. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days before the contract expires [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. (months)(years). (End of Clause) Section 508 Compliance - The following Section 508 standards are applicable: --------------------------------------------------------------------------------------------------- - Web-based Intranet and Internet Information and Applications (36 CFR 1194.22) DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003) (a) Submission of the representation referenced in paragraph (b) and (c) is a prerequisite imposed by 36 CFR 1194 for making or entering into this contract. (b) By submitting an offer or quote, the offeror represents that the products and services offered in response to this solicitation comply with the Electronic and Information Technology (EIT) Accessibility Standards at 36 CFR 1194, unless stated otherwise within the quotation or proposal. (c) By submitting an offer or quote, the offeror further represents that any EIT products and services offered in response to this solicitation that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. (End of Provision)" DFAS 52.223-9000, “ENVIRONMENTALLY PREFERABLE PRODUCTS” (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government’s polices on Green Contracting. FAR 23.403 sets forth the Federal Government’s policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency’s Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a)All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b)The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors’ product/service. When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, (a)the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a)Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 52.224-9000 "INFORMATION ASSURANCE" (July 2009) All work performed relative to the requirement identified in the Statement of Work or Performance Work Statement is unclassified or is sensitive information, covered by the Privacy Act of 1974 and other Department of Defense (DoD) and DFAS regulations. Information Assurance shall be in accordance with DFAS 8500.1-R, Information Protection and Safeguards, DoD Directive (DoDD) 8500.1, Information Assurance, and DoD Instruction (DoDI) 8500.2, Information Assurance Implementation. The following requirements apply to the offeror/vendor selected for contract award resulting from this solicitation. Upon notification of selection as the successful offeror/vendor, the contractor shall follow the instructions provided at (a) through (d) of this provision, as applicable. (a) Magnitude. This contract will require personnel to meet the investigative standards as outlined in DoDI 8500.2, DoD 5200.2-R, DoD DTM 08-003, and United States Northern Command (USNORTHCOM) 05-01B for IT-I and IT-II access. Contractor employees must be United States citizens, in accordance with DoD 5200.2-R, Chapter 2, and specifically C2.1.1, General. IT-I Access- “fill in” IT-IIAccess - “ALL CONTRACTORS” (Please select appropriate contractor personnel IT level access) (b) Personnel Security Investigation Requirements for Information Technology (IT) Access: (1) For IT-I Access: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-I. The contractor must ensure sensitive information is properly safeguarded at the work site and not removed from the work site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network and sensitive agency information. All contractor personnel requiring IT-I access to the DFAS information systems will be the subject to a Public Trust Special Background Investigation (PTSBI), equivalent level investigation, or higher level personnel security investigation. An IT-I access position may be occupied upon completion of the personnel security investigation and upon a favorable local contractor fitness determination for access to IT systems and sensitive agency information. An exception waiver of pre-appointment investigative requirements can be granted in application with DoD 5200.2-R, if the following criteria are met: •the Contracting Officer Representative (COR) has requested an exception waiver in writing, based upon a determination by the head of the requesting organization that delay in appointment would be harmful to national security [exception waiver can be requested by the COR on the Contractor Request for Investigation (CRI) form], and has submitted the exception waiver request to the local Site Support Security Office (SSSO); and •the National Agency Check (NAC) portion of the PTSBI has been completed; or •a favorable determination has been made on a previously valid NACI, NACLC, ENTNAC, NAC, BI, LBI, or MBI personnel security investigation, provided a break in service of more than 24 months has not occurred, and the personnel security investigation has been completed and favorably adjudicated (or a favorable local contractor fitness determination has been made). (2) For IT-II Access: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-II. The contractor must ensure sensitive information is properly safeguarded at the work site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network and sensitive agency information. All contractor personnel requiring IT-II access to the DFAS information systems will be subject to a National Agency Check with Law and Credit (NACLC) personnel security investigation, equivalent level investigation, or higher level personnel security investigation. An IT-II access position may be occupied upon completion of the personnel security investigation and upon a favorable local contractor fitness determination for access to IT systems and sensitive agency information. An exception waiver of pre-appointment investigative requirements can be granted in application with DoD 5200.2-R, if the following are met: •the COR has requested an exception waiver in writing, based upon a determination by the head of the requesting organizations that delay in appointment would be harmful to national security [exception waiver can be requested by the COR on the Contractor Request for Investigation (CRI) form] and has submitted the exception waiver request to the local SSSO; and •the NACLC investigation has been initiated and favorable advance NAC or fingerprint results have been received from the investigating agency. (c) Documentation Submission. The NACLC for IT-II access, as well as the PTSBI for IT-I access, requires contractor submission of the following investigative forms and documentation: •Standard Form 85P (SF 85P) - Questionnaire for Public Trust Positions •FD 258 - Applicant Fingerprint Card •Contractor Request for Investigation Form (CRI), DFAS Form 9035 •Photocopies of Personal Identity Verification (PIV) documentation All contractor personnel requiring either IT-I or IT-II access to the DFAS information systems and/or sensitive agency information will complete a SF 85P. The SF 85P will be completed using the Adobe Fillable version of the form located at http://www.opm.gov/forms/html/sf.asp. The completed/signed SF85P will be provided to the COR or Government Point of Contact (GPOC), elsewhere named in this solicitation. The COR/GPOC personnel will complete a CRI containing, but not limited to: the full name of the contractor applicant; the contract number and expiration date; the name(s) of the designated COR; and level of IT access required as determined previously in the Statement of Work or Performance Work Statement. All SF 85Ps and CRIs must be accompanied by the FD 258, Applicant Finger Print Card, and photocopies of documentation that the COR/GPOC have used to validate the contractor personnel applicant's PIV. In accordance with USNORTHCOM Antiterrorism (AT) Operations Order 05-01B, dated 7/16/2006, identity credential vetting is required for access permission of contractor personnel. To meet this requirement for PIV vetting, the contractor applicant must provide two forms of identification from the list of acceptable documents based upon the Form I-9, Employment Eligibility Verification. At least one of the documents shall be a valid State or Federal Government issued picture identification. The COR or GPOC will validate the documents and provide photocopies of the vetted PIV documentation as part of the documentation submission for investigation. The SF85P, FD258, CRI, and proof of PIV will be forwarded to the local SSSO for review and/or submission. The SSSO or Central Personnel Security Office will notify the COR/GPOC when the contractor applicant has been approved for access to sensitive information. The appropriate personnel security investigation (NACLC or PTSBI) must be completed or an exception waiver of pre-appointment investigative requirement approved, in accordance with DoD 5200.2-R, before the contractor personnel applicant begins work on a DFAS contract. (d) Findings. All contractor personnel applicants must receive a favorable local contractor personnel fitness determination (or favorable adjudication) to work on DFAS contracts. Unfavorable local fitness determinations (or unfavorable adjudications) will require the removal of the contractor employee from an IT-I or IT-II designated DFAS contract. An unfavorable local fitness determination only precludes the contractor employee from having access to sensitive DFAS IT systems or sensitive agency data. The local contractor fitness determination is not a security adjudication. Therefore, the contractor personnel applicant is not afforded administrative due process by the agency. (e) Training. Following contract award, all contractor personnel are required to complete Antiterrorism Level I, Combating Trafficking in Persons, and Information Security training on an annual basis (Reference DoDI 2000.16, Standard 25; DoDI 2200.01, paragraph 5; and DoD 5200.1-R, Chapter 9). The aforementioned training will be available through the DFAS ePortal. DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (January 2010) (a) As prescribed in DFAS CG 232.70, Wide Area Work Flow (Revision One) contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Payment requests/invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper type payment requests/invoices will no longer be accepted or processed for payment unless the conditions of DFARS 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. A free on-line computer based training module available at http://www.wawftraining.com/. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF is available at https://wawf.eb.mil. (d) Payments requests shall be submitted via WAWF-RA as (choose single type or multiple type invoices) a 2-in-1, Combo, or as Cost Voucher. (NOTE: Interim and final payment requests for Cost-Reimbursement (CR), Time-and-Materials (T&M), and Labor-Hour (LH) contracts/orders and CR, T&M, and LH CLINS on other types of contracts/orders shall utilize Cost Vouchers.) (e) WAWF-RA invoice types authorized for the submission of payment requests are: (1) Combo – To be used for payment requests for goods or any combination of goods and services. (2) 2-in-1: Normally used for services only contract payment requests; however, it may be used for goods and/or services payment requests. (3) Cost Voucher: Used if requesting payment for CR, T&M, and LH contracts/orders or CR, T&M, and LH CLINs on other types of contracts/orders payment requests. (NOTE: Interim CR, T&M, and LH contracts/orders/CLIN payment requests are to be submitted to DCAA for approval and final CR, T&M, and LH contracts/orders payment requests are to be submitted to the Contracting Officer for approval.) (4) Progress Payments: Used for payment requests when contracts/orders contain FAR 52.232-16, Progress Payments or DFARS 252.232-7004, DoD Progress Payment Rates. (5) Performance Based Payments: Used for payment requests when contracts/orders contain FAR 52.232-32, Performance-Based Payments. (f) DoD Address Activity Code (DoDAACs) or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s) regardless of other DoDAACs used on the contract. (NOTE: If EDA is used to pre-populate the Address DoDAAC information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below.) (1) Issued by DoDAAC (Can be found on contract as “Issued By” Code) (2) Admin DoDAAC (Can be found on contract as “Administered By” Code -Usually the same as the “Issued By” Code.). (3) Payment DoDAAC (Can be found on contract as “Payment Will Be Made By” Code) (4) Acceptor DoDAAC (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment. The Contractor, prior to submitting invoices in WAWF, must contact the COR/GPOC to confirm the correct ACCEPTOR DoDAAC. (EXCEPTION: For CR, T&M, and LH contracts/orders and CR, T&M, and LH CLINs on other types of contracts, interim payment requests shall reflect the cognizant DCAA Office (Contractor should obtain this DoDAAC from the CO to confirm the correct DCAA ACCEPTOR DoDAAC.) and final payment requests must be marked as final by checking the box when WAWF asks if this is a final billing and routed to the ACO DoDACC for approval.)) (5) Inspected By DoDAAC (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC.) (6) LPO DoDAAC/ EXT (Leave blank unless the DFAS activity is requesting the Local Processing Office (LPO) function be utilized and has provided the DoDAAC.) (g) The Contractor shall send e-mail notification to the following listed addresses when submitting payment requests in WAWF-RA, as applicable. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “Send More E-mail Notification” on the page that appears and shall input applicable e-mail addresses (see below). NOTE: This additional notification to the government is required to ensure that the acceptor/receiver is aware that an invoice document has been submitted into the WAWF-RA system. For example, when submitting a cost voucher for payment of CR, T&M, and LH contracts/CLINs, the email notification will alert the COR to review the invoice prior to DCAA acceptance. (E-mail addresses can be obtained from COR or CO). (1) WAWF Acceptor (2) Contracting Officer Representative (COR) (3) Government Point of Contact (GPOC) (4) Alternate COR (ACOR) or GPOC (AGPOC) (5) Cognizant DCAA Office (END OF CLAUSE) Quotes are due by 1:00 p.m. EST on 24 September 2010. Facsimile and e-mail quotes are acceptable and preferred. - Fax Number: 614-693-1808 - e-mail address: Richard.Stclair@dfas.mil Please be aware that the maximum incoming e-mail file size at DFAS (including attachments) is 5 Megabytes. Larger files will not be delivered to the CSD e-mail address specified above. Multiple e-mail transmissions are acceptable, but must be clearly identified, and the total quote is limited to the page count restrictions previously identified. Quotes may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Furnish quotes to this POC on or before the closing time listed in this RFQ. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-09-17 12:18:27">Sep 17, 2010 12:18 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-09-17 13:02:58">Sep 17, 2010 1:02 pm Track Changes 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; proposals are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-10-T-0012: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-43, Effective 02 Aug 2010 (includes 2005-44, 08 Jul 2010). This requirement is UNRESTRICTED in regard to business size. The NAICS code is 519190 and the small business size standard is $7,000,000.00. Items: 0001 - Lean 6 support services and on-line tools and resources to meet the requirements of the SOW. Quantity: See details in the SOW below. Unit of Measure: See details in the SOW. Description of items/services: Statement of Work (SOW)- LEAN6 1. GENERAL 1.1 Scope of Work: The contractor shall provide all personnel, equipment, and supplies, except as specified herein as Government furnished, to provide access to a network of Lean6 subject matter experts. The scope of this effort includes all DFAS Lean6 activities. The objectives are as follows: 1.1.1: The contractor shall provide a basket of Lean6 services to include access to subject matter experts, Lean6 electronic learning tools, Lean6 assessments, and various survey tools. 1.2 Background: 1.2.1 DFAS Agency: The Defense Finance and Accounting Services Agency is within the DoD and provides all finance and accounting services to the Department, primarily Accounting, Commercial Pay, Military and Civilian Pay, Systems, and Corporate Risk Management and Resources. DFAS has 11 sites worldwide, 11,000 military and civilian employees provide finance and accounting services that result in $1 billion per day in disbursements, and process over 100 million accounting transactions each year. DFAS recognized the need to enhance the value of its products and services by reducing cycle time, improving productivity, reducing costs, and developing the skills and tools of its workforce. It utilizes these skills and tools to achieve the aforementioned goals in a cost efficient and effective manner through continuous improvement. 2. GOVERNMENT-FURNISHED PROPERTY AND SERVICES 2.1 Personnel: The Government will provide the services of a COR for technical direction, interpretation and inspection to assure quality in the performance of this task order. 3. CONTRACTOR-FURNISHED ITEMS - N/A 4. SPECIFIC TASKS 4.1The contractor shall provide access to a wide network of Subject Matter Experts (SME’s) in Lean6 skills and philosophy in an effort to meet DFAS’ strategic goals (see Paragraph 7 of this SOW for strategic goals). The DFAS SME access shall not exceed 100 hours of access for the Agency per year. Responses to DFAS requests shall be within 24 hours of the request. 4.2 The contractor shall provide access to an online training portal that has Lean6 training and case studies. The contractor shall provide up to 100 accounts for DFAS Black Belt employee. Access shall be provided 24 hour x 7 days a week. 4.3 The contractor shall provide access to survey creation tools and the ability to send them to DFAS employees. The contractor shall provide the ability to build unlimited amounts of surveys. 4.4 The contractor shall provide access to different leadership development assessments. The contractor shall provide up to 25 leadership assessments per year Access is defined as on-line or via e-mail or telephone. 5.0. Ordering Period: The anticipated period of performance is one year from date of award with three option years. 6.0. Quality Assurance Surveillance Plan The following Quality Assurance Surveillance Plan (QASP) describes how DFAS will monitor and evaluate contractor performance under this Statement of Work (SOW). This QASP has been prepared to describe the quality assurance strategy for the services provided under this SOW. Key elements of the QASP include: •Surveillance tasks and acceptable quality levels; and •Documentation and reporting. 6.1.1. Role and Responsibilities of the Contracting Officer’s Representative The designated Contracting Officer’s Representative (COR) will perform inspection and, when appropriate, acceptance of deliverables under the SOW. The COR is authorized to represent the contracting officer in interpreting the technical requirements of the SOW. However, the COR IS NOT authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of any Schedule contract or order. A COR letter officially designating the COR will be distributed to the successful quoter. This COR letter will provide additional details in regard to the COR’s responsibilities. 6.1.2. Acceptable Quality Levels and Surveillance TaskRequired TaskPerformance OutcomeAcceptable Quality LevelMethod of Surveillance --------------------------------------------------------------------------------------------------------------- 4.1Access Subject DFAS obtains SME SME available Routine monitoring Matter Experts and benchmarking within one week by appropriate andwhen neededof request. Government personnel. benchmarking research 4.2 &Access to Access is available Resources available100% government review. 4.3various without interruption99% of time on-line or delay. resources 4.4 Leadership Assessments are Assessments available100% government review. assessments provided as required. 99% of time when needed. 7.0. Summary of DFAS Strategy DFAS Mission Lead DoD in finance and accounting by ensuring the delivery of efficient, exceptional quality pay and financial information. DFAS Vision To be the recognized leader in DoD's financial management by consistently delivering first-class products and services. Strategic Themes Customer Collaboration Goal: Provide value-added customer solutions. Intent: Partner with customers and other enablers to clearly define negotiated expectations by balancing requirements, enterprise-wide standards and cost realities. Continuous Improvement Goal: Smart changes for better, faster results. Intent: Be more effective and efficient by both applying new capabilities and improving existing operations. Operational Excellence Goal: Deliver first-class products and customer service. Intent: Achieve superior results through a high-performing workforce, analytical capabilities, and standardized procedures. Performance Periods: One year from Date of award, plus 3 option years. Place of Performance is: Various DFAS Locations in NY, OH, IN, VA and ME. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Offerors should address the following: •PAST PERFORMANCE: Quoters are allowed to submit up to a maximum of 5 pages of relevant past performance information for work, resources provided, and experience in similar projects – including references. All pages after the first 5 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. •PRICE: Vendors shall provide a total fixed price per year. During evaluation, option year prices will be considered in the evaluation and will be added to the base year price to determine a total evaluated price. Base Year Price: $___________________ Option Year 1 Price: $__________________ Option Year 2 Price: $__________________ Option Year 3 Price: $__________________ Quoters are allowed to submit up to a maximum of 1 page of supporting information on their price; however this is not required. All pages after the first page, regardless of whether they are title pages, tables of content, etc., will not be evaluated. Quotes should NOT include more than 10 total pages of information – five (5) pages for past performance, one (1) page for support pricing information, and four (4) pages will be allowed for miscellaneous information. (b) 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. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before the contract expires. [insert the period of time within which the Contracting Officer may exercise the option]. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days before the contract expires [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. (months)(years). (End of Clause) Section 508 Compliance - The following Section 508 standards are applicable: --------------------------------------------------------------------------------------------------- - Web-based Intranet and Internet Information and Applications (36 CFR 1194.22) DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003) (a) Submission of the representation referenced in paragraph (b) and (c) is a prerequisite imposed by 36 CFR 1194 for making or entering into this contract. (b) By submitting an offer or quote, the offeror represents that the products and services offered in response to this solicitation comply with the Electronic and Information Technology (EIT) Accessibility Standards at 36 CFR 1194, unless stated otherwise within the quotation or proposal. (c) By submitting an offer or quote, the offeror further represents that any EIT products and services offered in response to this solicitation that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. (End of Provision)" DFAS 52.223-9000, “ENVIRONMENTALLY PREFERABLE PRODUCTS” (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government’s polices on Green Contracting. FAR 23.403 sets forth the Federal Government’s policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency’s Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a)All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b)The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors’ product/service. When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, (a)the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a)Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 52.224-9000 "INFORMATION ASSURANCE" (July 2009) All work performed relative to the requirement identified in the Statement of Work or Performance Work Statement is unclassified or is sensitive information, covered by the Privacy Act of 1974 and other Department of Defense (DoD) and DFAS regulations. Information Assurance shall be in accordance with DFAS 8500.1-R, Information Protection and Safeguards, DoD Directive (DoDD) 8500.1, Information Assurance, and DoD Instruction (DoDI) 8500.2, Information Assurance Implementation. The following requirements apply to the offeror/vendor selected for contract award resulting from this solicitation. Upon notification of selection as the successful offeror/vendor, the contractor shall follow the instructions provided at (a) through (d) of this provision, as applicable. (a) Magnitude. This contract will require personnel to meet the investigative standards as outlined in DoDI 8500.2, DoD 5200.2-R, DoD DTM 08-003, and United States Northern Command (USNORTHCOM) 05-01B for IT-I and IT-II access. Contractor employees must be United States citizens, in accordance with DoD 5200.2-R, Chapter 2, and specifically C2.1.1, General. IT-I Access- “fill in” IT-IIAccess - “ALL CONTRACTORS” (Please select appropriate contractor personnel IT level access) (b) Personnel Security Investigation Requirements for Information Technology (IT) Access: (1) For IT-I Access: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-I. The contractor must ensure sensitive information is properly safeguarded at the work site and not removed from the work site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network and sensitive agency information. All contractor personnel requiring IT-I access to the DFAS information systems will be the subject to a Public Trust Special Background Investigation (PTSBI), equivalent level investigation, or higher level personnel security investigation. An IT-I access position may be occupied upon completion of the personnel security investigation and upon a favorable local contractor fitness determination for access to IT systems and sensitive agency information. An exception waiver of pre-appointment investigative requirements can be granted in application with DoD 5200.2-R, if the following criteria are met: •the Contracting Officer Representative (COR) has requested an exception waiver in writing, based upon a determination by the head of the requesting organization that delay in appointment would be harmful to national security [exception waiver can be requested by the COR on the Contractor Request for Investigation (CRI) form], and has submitted the exception waiver request to the local Site Support Security Office (SSSO); and •the National Agency Check (NAC) portion of the PTSBI has been completed; or •a favorable determination has been made on a previously valid NACI, NACLC, ENTNAC, NAC, BI, LBI, or MBI personnel security investigation, provided a break in service of more than 24 months has not occurred, and the personnel security investigation has been completed and favorably adjudicated (or a favorable local contractor fitness determination has been made). (2) For IT-II Access: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-II. The contractor must ensure sensitive information is properly safeguarded at the work site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network and sensitive agency information. All contractor personnel requiring IT-II access to the DFAS information systems will be subject to a National Agency Check with Law and Credit (NACLC) personnel security investigation, equivalent level investigation, or higher level personnel security investigation. An IT-II access position may be occupied upon completion of the personnel security investigation and upon a favorable local contractor fitness determination for access to IT systems and sensitive agency information. An exception waiver of pre-appointment investigative requirements can be granted in application with DoD 5200.2-R, if the following are met: •the COR has requested an exception waiver in writing, based upon a determination by the head of the requesting organizations that delay in appointment would be harmful to national security [exception waiver can be requested by the COR on the Contractor Request for Investigation (CRI) form] and has submitted the exception waiver request to the local SSSO; and •the NACLC investigation has been initiated and favorable advance NAC or fingerprint results have been received from the investigating agency. (c) Documentation Submission. The NACLC for IT-II access, as well as the PTSBI for IT-I access, requires contractor submission of the following investigative forms and documentation: •Standard Form 85P (SF 85P) - Questionnaire for Public Trust Positions •FD 258 - Applicant Fingerprint Card •Contractor Request for Investigation Form (CRI), DFAS Form 9035 •Photocopies of Personal Identity Verification (PIV) documentation All contractor personnel requiring either IT-I or IT-II access to the DFAS information systems and/or sensitive agency information will complete a SF 85P. The SF 85P will be completed using the Adobe Fillable version of the form located at http://www.opm.gov/forms/html/sf.asp. The completed/signed SF85P will be provided to the COR or Government Point of Contact (GPOC), elsewhere named in this solicitation. The COR/GPOC personnel will complete a CRI containing, but not limited to: the full name of the contractor applicant; the contract number and expiration date; the name(s) of the designated COR; and level of IT access required as determined previously in the Statement of Work or Performance Work Statement. All SF 85Ps and CRIs must be accompanied by the FD 258, Applicant Finger Print Card, and photocopies of documentation that the COR/GPOC have used to validate the contractor personnel applicant's PIV. In accordance with USNORTHCOM Antiterrorism (AT) Operations Order 05-01B, dated 7/16/2006, identity credential vetting is required for access permission of contractor personnel. To meet this requirement for PIV vetting, the contractor applicant must provide two forms of identification from the list of acceptable documents based upon the Form I-9, Employment Eligibility Verification. At least one of the documents shall be a valid State or Federal Government issued picture identification. The COR or GPOC will validate the documents and provide photocopies of the vetted PIV documentation as part of the documentation submission for investigation. The SF85P, FD258, CRI, and proof of PIV will be forwarded to the local SSSO for review and/or submission. The SSSO or Central Personnel Security Office will notify the COR/GPOC when the contractor applicant has been approved for access to sensitive information. The appropriate personnel security investigation (NACLC or PTSBI) must be completed or an exception waiver of pre-appointment investigative requirement approved, in accordance with DoD 5200.2-R, before the contractor personnel applicant begins work on a DFAS contract. (d) Findings. All contractor personnel applicants must receive a favorable local contractor personnel fitness determination (or favorable adjudication) to work on DFAS contracts. Unfavorable local fitness determinations (or unfavorable adjudications) will require the removal of the contractor employee from an IT-I or IT-II designated DFAS contract. An unfavorable local fitness determination only precludes the contractor employee from having access to sensitive DFAS IT systems or sensitive agency data. The local contractor fitness determination is not a security adjudication. Therefore, the contractor personnel applicant is not afforded administrative due process by the agency. (e) Training. Following contract award, all contractor personnel are required to complete Antiterrorism Level I, Combating Trafficking in Persons, and Information Security training on an annual basis (Reference DoDI 2000.16, Standard 25; DoDI 2200.01, paragraph 5; and DoD 5200.1-R, Chapter 9). The aforementioned training will be available through the DFAS ePortal. DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (January 2010) (a) As prescribed in DFAS CG 232.70, Wide Area Work Flow (Revision One) contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Payment requests/invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper type payment requests/invoices will no longer be accepted or processed for payment unless the conditions of DFARS 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. A free on-line computer based training module available at http://www.wawftraining.com/. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF is available at https://wawf.eb.mil. (d) Payments requests shall be submitted via WAWF-RA as (choose single type or multiple type invoices) a 2-in-1, Combo, or as Cost Voucher. (NOTE: Interim and final payment requests for Cost-Reimbursement (CR), Time-and-Materials (T&M), and Labor-Hour (LH) contracts/orders and CR, T&M, and LH CLINS on other types of contracts/orders shall utilize Cost Vouchers.) (e) WAWF-RA invoice types authorized for the submission of payment requests are: (1) Combo – To be used for payment requests for goods or any combination of goods and services. (2) 2-in-1: Normally used for services only contract payment requests; however, it may be used for goods and/or services payment requests. (3) Cost Voucher: Used if requesting payment for CR, T&M, and LH contracts/orders or CR, T&M, and LH CLINs on other types of contracts/orders payment requests. (NOTE: Interim CR, T&M, and LH contracts/orders/CLIN payment requests are to be submitted to DCAA for approval and final CR, T&M, and LH contracts/orders payment requests are to be submitted to the Contracting Officer for approval.) (4) Progress Payments: Used for payment requests when contracts/orders contain FAR 52.232-16, Progress Payments or DFARS 252.232-7004, DoD Progress Payment Rates. (5) Performance Based Payments: Used for payment requests when contracts/orders contain FAR 52.232-32, Performance-Based Payments. (f) DoD Address Activity Code (DoDAACs) or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s) regardless of other DoDAACs used on the contract. (NOTE: If EDA is used to pre-populate the Address DoDAAC information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below.) (1) Issued by DoDAAC (Can be found on contract as “Issued By” Code) (2) Admin DoDAAC (Can be found on contract as “Administered By” Code -Usually the same as the “Issued By” Code.). (3) Payment DoDAAC (Can be found on contract as “Payment Will Be Made By” Code) (4) Acceptor DoDAAC (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment. The Contractor, prior to submitting invoices in WAWF, must contact the COR/GPOC to confirm the correct ACCEPTOR DoDAAC. (EXCEPTION: For CR, T&M, and LH contracts/orders and CR, T&M, and LH CLINs on other types of contracts, interim payment requests shall reflect the cognizant DCAA Office (Contractor should obtain this DoDAAC from the CO to confirm the correct DCAA ACCEPTOR DoDAAC.) and final payment requests must be marked as final by checking the box when WAWF asks if this is a final billing and routed to the ACO DoDACC for approval.)) (5) Inspected By DoDAAC (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC.) (6) LPO DoDAAC/ EXT (Leave blank unless the DFAS activity is requesting the Local Processing Office (LPO) function be utilized and has provided the DoDAAC.) (g) The Contractor shall send e-mail notification to the following listed addresses when submitting payment requests in WAWF-RA, as applicable. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “Send More E-mail Notification” on the page that appears and shall input applicable e-mail addresses (see below). NOTE: This additional notification to the government is required to ensure that the acceptor/receiver is aware that an invoice document has been submitted into the WAWF-RA system. For example, when submitting a cost voucher for payment of CR, T&M, and LH contracts/CLINs, the email notification will alert the COR to review the invoice prior to DCAA acceptance. (E-mail addresses can be obtained from COR or CO). (1) WAWF Acceptor (2) Contracting Officer Representative (COR) (3) Government Point of Contact (GPOC) (4) Alternate COR (ACOR) or GPOC (AGPOC) (5) Cognizant DCAA Office (END OF CLAUSE) Quotes are due by 1:00 p.m. EST on 24 September 2010. Facsimile and e-mail quotes are acceptable and preferred. - Fax Number: 614-693-1808 - e-mail address: Richard.Stclair@dfas.mil Please be aware that the maximum incoming e-mail file size at DFAS (including attachments) is 5 Megabytes. Larger files will not be delivered to the CSD e-mail address specified above. Multiple e-mail transmissions are acceptable, but must be clearly identified, and the total quote is limited to the page count restrictions previously identified. Quotes may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Furnish quotes to this POC on or before the closing time listed in this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/HQ0423-10-T-0012/listing.html)
 
Place of Performance
Address: Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02287039-W 20100919/100917235854-c3c300718352acb5585290f34c6ec904 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.