Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

70 -- Microsoft Campus Agreement

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHA71154A001
 
Archive Date
10/11/2011
 
Point of Contact
Cole B Johnson, Phone: 334-953-3530
 
E-Mail Address
cole.johnson@maxwell.af.mil
(cole.johnson@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHA71154A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-49 (02 May 2011) and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN# 20110819 (Effective 19 Aug 2011). A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 334611; size standard: 500 Employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: Maxwell Air Force Base has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items and quantities required.This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 26 Sep 11, 1200 CDT. SCHEDULE OF SUPPLIES/SERVICES: Base Year: 1 Oct 2011- 30 Sep 2012 Item Number Description of Requirement Quantity Unit Price Total Price 0001 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC Part 2UJ0001 Ship to Maxwe 2454 0002 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC Part 2UJ0001 Ship to Maxwell 4277 0003 Student Option for Laptops, Lic/SA Part C27-00002 Ship to Maxwell 2756 0004 Win Server 2003 Enterprise Lic/SA, part P73-00203 Mark 22 for Glenn Johnson Ship to Maxwell 22 0005 MS Server Enterprise, 64 Bit Part P72-00165 Mark for LeMay Ship to Maxwell 20 0006 MS Server Enterprise, 32 Bit Part P72-00165 Mark for LeMay Ship to Maxwell 26 0007 MS SQL Server Enterprise, 64 Bit Part 810-03312 per processor Mark for LeMay Ship to Maxwell 6 0008 MS SQL Server Enterprise, 32 bit Part 810-03312 per processor Mark for LeMay Ship to Maxwell 6 0009 MS SCCM Mark for LeMay Part J7A-00146 Ship to Maxwell 1 0010 MS Visual Studio Pro Mark for LeMay Part C5E-00181 Ship to Maxwell 208 0011 MS Expression Studio 2 Full Mark for LeMay Part NKF-00216 Ship to Maxwell 208 0012 MS Office Visio Pro Part TSD-00934 Ship to Maxwell 6731 0013 MS Office Project Part H30-00237 Ship to Maxwell 6731 0014 Windows 7 WAH Software Media Vendor supplied part number Ship to Maxwell 250 0015 Office Mac 2011 WAH Software Media Vendor supplied part number Ship to Maxwell 10 0016 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC, Office Standard for MACS, Enterprise CAL Part 2UJ0004 Ship to AFIT 1475 0017 Project Professional, Lic/SA Part H30-00237 Ship to AFIT 734 0018 Project Professional for students, Lic/SA Part H30-00237 Ship to AFIT 741 0019 Visio Pro, Lic/SA Part TSD-00934 Ship to AFIT 734 0020 Visio Pro for students, Lic/SA Part TSD-00934 Ship to AFIT 741 0021 Windows Server Remote Desktop Services CAL Part 6VC-01251 Ship to AFIT 1475 0022 Sharepoint Server 2010 Part 76P-01169 Ship to AFIT 6 0023 SQL Server R2 Enterprise 1 Processor License Part 810-03312 Ship to AFIT 20 0024 Lync Server Enterprise Edition Part 6PH-00298 Ship to AFIT 2 0025 Windows Server Enterprise R2, 2008 Part P72-00165 Ship to AFIT 30 0026 Windows Server Datacenter R2, 2008 Part P71-01031 Ship to AFIT 64 0027 System Center Configuration Manager R3, 2007 Part J7A-00146 Ship to AFIT 2 0028 Exchange Server Enterprise, 2010 Part 395-04337 Ship to AFIT 4 0029 Visual Studio Premium with MSDN, 2010 Part 9ED-00071 Ship to AFIT 35 0030 Visual Studio Professional, 2010 Part C5E-00181 Ship to AFIT 900 0031 Windows 32 bit WAH Media, version 7 vendor supplied part number Ship to AFIT 50 0032 Windows 64-Bit WAH Media, version 7 vendor supplied part number Ship to AFIT 350 0033 Visio Professional WAH Media, version 2010 vendor supplied part number Ship to AFIT 200 TOTAL PRICE Option Year 1: 1 Oct 2012- 30 Sep 2013 Item Number Description of Requirement Quantity Unit Price Total Price 0001 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC Part 2UJ0001 Ship to Maxwe 2454 0002 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC Part 2UJ0001 Ship to Maxwell 4277 0003 Student Option for Laptops, Lic/SA Part C27-00002 Ship to Maxwell 2756 0004 Win Server 2003 Enterprise Lic/SA, part P73-00203 Mark 22 for Glenn Johnson Ship to Maxwell 22 0005 MS Server Enterprise, 64 Bit Part P72-00165 Mark for LeMay Ship to Maxwell 20 0006 MS Server Enterprise, 32 Bit Part P72-00165 Mark for LeMay Ship to Maxwell 26 0007 MS SQL Server Enterprise, 64 Bit Part 810-03312 per processor Mark for LeMay Ship to Maxwell 6 0008 MS SQL Server Enterprise, 32 bit Part 810-03312 per processor Mark for LeMay Ship to Maxwell 6 0009 MS SCCM Mark for LeMay Part J7A-00146 Ship to Maxwell 1 0010 MS Visual Studio Pro Mark for LeMay Part C5E-00181 Ship to Maxwell 208 0011 MS Expression Studio 2 Full Mark for LeMay Part NKF-00216 Ship to Maxwell 208 0012 MS Office Visio Pro Part TSD-00934 Ship to Maxwell 6731 0013 MS Office Project Part H30-00237 Ship to Maxwell 6731 0014 Windows 7 WAH Software Media Vendor supplied part number Ship to Maxwell 250 0015 Office Mac 2011 WAH Software Media Vendor supplied part number Ship to Maxwell 10 0016 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC, Office Standard for MACS, Enterprise CAL Part 2UJ0004 Ship to AFIT 1475 0017 Project Professional, Lic/SA Part H30-00237 Ship to AFIT 734 0018 Project Professional for students, Lic/SA Part H30-00237 Ship to AFIT 741 0019 Visio Pro, Lic/SA Part TSD-00934 Ship to AFIT 734 0020 Visio Pro for students, Lic/SA Part TSD-00934 Ship to AFIT 741 0021 Windows Server Remote Desktop Services CAL Part 6VC-01251 Ship to AFIT 1475 0022 Sharepoint Server 2010 Part 76P-01169 Ship to AFIT 6 0023 SQL Server R2 Enterprise 1 Processor License Part 810-03312 Ship to AFIT 20 0024 Lync Server Enterprise Edition Part 6PH-00298 Ship to AFIT 2 0025 Windows Server Enterprise R2, 2008 Part P72-00165 Ship to AFIT 30 0026 Windows Server Datacenter R2, 2008 Part P71-01031 Ship to AFIT 64 0027 System Center Configuration Manager R3, 2007 Part J7A-00146 Ship to AFIT 2 0028 Exchange Server Enterprise, 2010 Part 395-04337 Ship to AFIT 4 0029 Visual Studio Premium with MSDN, 2010 Part 9ED-00071 Ship to AFIT 35 0030 Visual Studio Professional, 2010 Part C5E-00181 Ship to AFIT 900 0031 Windows 32 bit WAH Media, version 7 vendor supplied part number Ship to AFIT 50 0032 Windows 64-Bit WAH Media, version 7 vendor supplied part number Ship to AFIT 350 0033 Visio Professional WAH Media, version 2010 vendor supplied part number Ship to AFIT 200 TOTAL PRICE Option Year 2: 1 Oct 2013- 30 Sep 2014 Item Number Description of Requirement Quantity Unit Price Total Price 2001 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC Part 2UJ0001 Ship to Maxwe 2454 2002 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC Part 2UJ0001 Ship to Maxwell 4277 2003 Student Option for Laptops, Lic/SA Part C27-00002 Ship to Maxwell 2756 2004 Win Server 2003 Enterprise Lic/SA, part P73-00203 Mark 22 for Glenn Johnson Ship to Maxwell 22 2005 MS Server Enterprise, 64 Bit Part P72-00165 Mark for LeMay Ship to Maxwell 20 2006 MS Server Enterprise, 32 Bit Part P72-00165 Mark for LeMay Ship to Maxwell 26 2007 MS SQL Server Enterprise, 64 Bit Part 810-03312 per processor Mark for LeMay Ship to Maxwell 6 2008 MS SQL Server Enterprise, 32 bit Part 810-03312 per processor Mark for LeMay Ship to Maxwell 6 2009 MS SCCM Mark for LeMay Part J7A-00146 Ship to Maxwell 1 2010 MS Visual Studio Pro Mark for LeMay Part C5E-00181 Ship to Maxwell 208 2011 MS Expression Studio 2 Full Mark for LeMay Part NKF-00216 Ship to Maxwell 208 2012 MS Office Visio Pro Part TSD-00934 Ship to Maxwell 6731 2013 MS Office Project Part H30-00237 Ship to Maxwell 6731 2014 Windows 7 WAH Software Media Vendor supplied part number Ship to Maxwell 250 2015 Office Mac 2011 WAH Software Media Vendor supplied part number Ship to Maxwell 10 2016 Renew Microsoft Campus Agreement, Master Agreement Number 01L34753, Desktop Campus Lic/SA includes Word, Excel, PowerPoint, Outlook, OneNote, Publisher, Access, InfoPath, SharePoint, Lync, MS Windows Virtual PC, Office Standard for MACS, Enterprise CAL Part 2UJ0004 Ship to AFIT 1475 2017 Project Professional, Lic/SA Part H30-00237 Ship to AFIT 734 2018 Project Professional for students, Lic/SA Part H30-00237 Ship to AFIT 741 2019 Visio Pro, Lic/SA Part TSD-00934 Ship to AFIT 734 2020 Visio Pro for students, Lic/SA Part TSD-00934 Ship to AFIT 741 2021 Windows Server Remote Desktop Services CAL Part 6VC-01251 Ship to AFIT 1475 2022 Sharepoint Server 2010 Part 76P-01169 Ship to AFIT 6 2023 SQL Server R2 Enterprise 1 Processor License Part 810-03312 Ship to AFIT 20 2024 Lync Server Enterprise Edition Part 6PH-00298 Ship to AFIT 2 2025 Windows Server Enterprise R2, 2008 Part P72-00165 Ship to AFIT 30 2026 Windows Server Datacenter R2, 2008 Part P71-01031 Ship to AFIT 64 2027 System Center Configuration Manager R3, 2007 Part J7A-00146 Ship to AFIT 2 2028 Exchange Server Enterprise, 2010 Part 395-04337 Ship to AFIT 4 2029 Visual Studio Premium with MSDN, 2010 Part 9ED-00071 Ship to AFIT 35 2030 Visual Studio Professional, 2010 Part C5E-00181 Ship to AFIT 900 2031 Windows 32 bit WAH Media, version 7 vendor supplied part number Ship to AFIT 50 2032 Windows 64-Bit WAH Media, version 7 vendor supplied part number Ship to AFIT 350 2033 Visio Professional WAH Media, version 2010 vendor supplied part number Ship to AFIT 200 TOTAL PRICE QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeoror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. 252.212-7000 Offeror Representations and Certifications--Commercial Items c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. f. If submitting an "or equal" item. Please include the manufacturer's specifications along with your quote. This will allow the contracting office to determine technical acceptability. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This is a competitive best value acquistion utilizing simplified acquisition proceedures authorized by FAR 13.5 "Test Program for Certain Commercial Items." Award will be based on technical acceptability and price as follows. Technical Acceptability: The offeror must submit a "signed and dated" quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements and will be determined technically acceptable. a. Price: All technically acceptable offerors will be evaluated based on price. If the lowest priced offeror is determined technically acceptable, award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.203-11 Certification and Discloseure Regarding Payments to Influece Certain Federal Transactions 52.204-4 Printed or Copied Double Sided on Postconsumer Fiber Content Paper 52.204-7 Central Contractor Registration 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.211-17Delivery of Excess Quantities 52.212-4 Contract Terms and Conditions -- Commercial Items 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.232-18 Availability of Funds 52.232-33 Assignment of Claims 52.242-15 Stop-Work Order 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contracting Registration 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7012 Identification of Expenditures in the United States. 252.225-7021 Trade Agreements. 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing of Contract Modifications. By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. 52.219-28, Post Award Small Business Program Representation 52.219-8 Utilization of Small Business Concerns. 52.219-9 Small Business Subcontracting Plan. 52.219-16 Liquidated Damages -- Subcontracting Plan. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-19 Child Labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-54 Employment Eligibility Verification. 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 36 months. 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm (End of Clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders apply to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 Gratuities 252.203-7000, Requirements Related to Compensation of Former Dod officials 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.232-7003, Electronic Submission of Payment Requests 252.225-7012 Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.247-7022 Representation of Extent of Transportation by Sea. 252.247-7023Transportation of Supplies by Sea (End of clause) OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Primary: Mr. Jones/ Alternate: Mr. Smith, 1 F Street, Suite 1 Randolph AFB TX 78150-4324]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Contract Specialist: cole.johnson@maxwell.af.mil Contracting Officer: Sandra.Turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.209-7 FAR 52.217-5 Evaluation of Options. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line http://farsite.hill.af.mil/vffara.htm. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm (End of Provisions) Responses to this notice shall be provided in writing via e-mail to: SrA Cole Johnson Cole.Johnson@maxwell.af.mil. All responses shall be received NLT 12:00 CDT on 26 Sep 2011. Email is the preferred method. Points of Contact: SrA Cole Johnson, Contracting Specialist, Phone (334) 953-3530, Fax (334) 953-3543. DFARS 252.204-7006 DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHA71154A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02577144-W 20110916/110915001131-a38bb106253cb43dbb7970fa529baa9d (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.