Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

84 -- Bathrobes and Pajamas (Men's and Women's) - Attachment 4 - Attachment 3 - Attachment 2 - Attachment 1

Notice Date
11/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-12-T-0015
 
Point of Contact
Londres Medranda, Phone: 719-333-8927, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
londres.medranda@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(londres.medranda@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
USAF ACADEMY PURCHASE DESCRIPTION for PAJAMAS, CADET, MALE/FEMALE: USAFA PD 187 dated 5 AUGUST 2011 USAF ACADEMY SPECIFICATION for BATHROBE, CADET, MEN’S AND WOMEN'S: USAFA CU 1500-06 dated 5 AUGUST 2011 Bar Code Sample Past Performance Survey This is a 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 solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation, (RFQ), solicitation number FA7000-12-T-0015, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 effective 2 Nov 2011. The North American Industry Classification System Code (NAICS) is 315211 and 315231 and the business size standarda are 500. This is a 100% HUB Zone set-aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10 th Contracting Division, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror’s responsibility to ensure their quote meets all the requirements identified herein. Buy American Act and certification of compliance is required and must be submitted with quote (see DFARS clause 252.225-7001) Item No. Description Quantity Unit Price ExtendedPrice 0001 Pajamas, Men’s 1540 pair $________ $__________ 200 Pair: Size Small 500 Pair: Size Medium 600 Pair: Size Large 200 Pair: Size X-Large 40 Pair: Size XX-Large IAW PD34 TRW/SDCU dated 5 Aug 11 (Attachment 1) Total 1540 0002 Pajamas, Women’s 340 each $________ $____________ Bottoms 140 each: Size Medium 100 each: Size Large 100 each: Size X-Large Total 340 IAW PD34 TRW/SDCU dated 5 Aug 11 (Attachment 1) 0003 Pajamas, Women’s 340 each $_________ $________________ Tops 140 each: Size Medium 100 each : Size Large 100 each: Size X-Large Total 340 IAW PD34 TRW/SDCU dated 5 Aug 11 (Attachment 1) 0004 Men’s Bathrobes 1015 each $__________ $_____________ 100 each Size: Small 600 each Size: Medium 300 each Size: Large 15 each Size: XX-Large Total 1015 IAW USAFA CU 1500-06 dated 5 Aug 11 (Attachment 2) 0005 Women’s Bathrobes 270 each $__________ $______________ 30 each Size: Petite 90 each Size: Small 110 each Size: Large 40 each Size; X-Large IAW USAFA CU 1500-06 dated 5 Aug 11 (Attachment 2) Total 270 Total for all five (5) line items $_____________ Note: A first article will be required IAW FAR 52.209-4, Alt I The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, past performance, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business and acknowledgement of solicitation amendments if required. Quotes must be received no later than 1:00 pm Mountain Standard Time (MDT), 6 December 2011 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes by e-mail to Londres Medranda at londres.medranda@usafa.af.mil, 719-333-8927. In my absence, please contact Diana Myles-South, Contracting Officer, ( 719) 333-8650 or email to Diana.Myles-South@usafa.af.mil. Addenda to FAR 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS: a. Quotes shall be ranked according to price. An Offeror’s proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. b. PAST PERFORMANCE INFORMATION Provide a list of no more than five (5) references of the most relevant contracts performed for commercial customers, Federal agencies, or other military organizations that have used, or are currently using the same or similar service proposed for this contract. Provide only references for same or similar services or contracts. The government will evaluate the quality and extent of an offeror’s performance deemed relevant to the requirements of this solicitation. A past performance survey is attached (Attachment 2) to this solicitation. It is the contrator’s responsibility to forward the survey to the references for completion.. Relevancy is defined as performance of contracts for same or similar work that are also similar or greater in scope, magnitude and complexity than the effort described in this solicitation. The evaluation of past performance information will take into account past performance information regarding key personnel who have relevant experience or subcontractors that will perform major critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each reference: (i) Company/Division name (ii) Services provided (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified up-to-date name, address, email address, FAX and telephone number(s) for each company Point of Contact. (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (f) Past Performance Questionaires. Offeror shall send the attached ‘Past and Present Performance Questionnaire” (Attachment 4) to their references to fill-out. Completed performance surveys are not to be reviewed by the offeror. ONCE THE SURVEY IS COMPLETED, IT IS CONSIDERED FOR OFFICIAL USE ONLY, and is only reviewed by Government personnel directly involved in the evaluation process for this acquisition. The references should be companies who have worked with the offeror within the past three years. It is the contractor’s responsibility to ensure their references submit timely questionaires in accordance with the solicitation. References shall submit completed questionaires through e-mail to Londres Medranda, Contract Specialist londres.medranda@usafa.af.mil or Diana Myles-South, Contracting Officer, diana.myles-south@usafa.af.mil by 28 November 2011, 1:00. MST. c. Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination, will not be considered. Delivery is required no later than 30 April 2012. ADDRESS : Cadet Store Officer – FX7000 Mitchell Hall Annex, Bldg 2351 USAF Academy, CO 80840 United States 719-333-3017 d. The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and its Alternate I must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at: ( http://orca.bpn.gov/publicsearch.aspx ). If not completed on-line, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote. e. The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate must be completed, signed and returned with quote (see Attachment 6). The certificate can also be obtained at http://farsite.hill.af.mil/ ). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration ( www.ccr.gov ). f. Offerors shall indicated in their quote where the pajamas and bathrobes are being manufactured. If they are subcontracting the work they need to indicate who their subcontractor will be and where the bathrobes and pajamas will be manufactured. The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition: 52.212-2 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 factor shall be used to evaluate offers: i. Past Performance ii. Price Paragraphs b and c are not applicable as shown below: b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). a. BASIS FOR CONTRACT AWARD: The Government intends to award contract to offeror which represents best overall value in accordance with FAR Parts 12 and 13 in which competing offerors' past performance history and price will be considered. By submission of its offer, the offeror accedes to ALL solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. The government reserves the right to reject any offer that does not meet all requirements of the solicitation. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. The evaluation will be conducted using simplified procedures outlined in FAR 13.106. In accordance with simplified procedures, contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance -- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer’s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov ; or (D) Any other reasonable basis. c. The evaluation process shall proceed as follows: Step 1. Rank all proposals by price. IAW FAR 13.106-2 The contracting officer is allowed to make comparative analysis of offers to establish best overall value to the government. Step 2 – Evaluate all quotes for ability to meet all requirements of the solicitation. Offerors that do not conform fully to the solicitation will not be considered. Step 3 - Review any and /or all past performance information as stated above. d. PAST PERFORMANCE RATINGS: The performance assessment process will result in an overall performance rating of “Sufficient Past Performance” or “Limited Past Performance”. Offerors with no relevant or recent past or present performance history shall receive the rating “Unknown Past Performance”, meaning the rating is treated neither favorably nor unfavorably. Confidence ratings are defined as follows: SUFFICIENT PAST PERFORMANCE: Based on the offeror’s performance record, the government has a high expectation that the offeror will successfully perform the required effort. LIMITED PAST PERFORMANCE: Based on the offeror’s performance record, the government has a low expectation that the offeror will successfully perform the required effort. UNKNOWN PAST PERFORMANCE: Based on the offeror’s performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. e. When determining relevancy and assigning a past performance confidence rating, the government will consider the type of experience, the amount of experience, and the flexibility of contractor to meet customer needs. Past performance regarding predecessor companies, key personnel who have relevant experience or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information from the principal offeror. Offerors with no relevant past or present performance history or the offeror’s performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Past Performance,” meaning the rating is treated neither favorably nor unfavorably. If the prime contractor has no past performance and is relying on their subcontractor's past performance, the prime contractor will be assessed an "Unknown Past Performance.” g. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. h. If the lowest priced evaluated offer is judged to have a “Sufficient Past Performance” performance rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of "Limited Past Performance" or when it is in the best interest of the government to do so. i. If the lowest priced offeror is not judged to have a “Sufficient Past Performance” rating, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a “Sufficient Past Performance” performance rating or until all offerors are evaluated. j. Offerors are cautioned to submit sufficient information and in the format specified in the proposals preparation instructions. (End of Addendum) FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Jun 2010) applies to this acquisition. ADDENDUM TO FAR 52.212-4 1. HOURS OF DELIVERY. Delivery of items under this contract shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified in the contract. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. 2. FEDERAL AND LEGAL HOLIDAYS. New Year's Eve 31 December New Year's Day 1 January Martin Luther King's Birthday Third Monday in January Washington's Birthday (President's Day) Third Monday in February Memorial Day Last Monday in May American Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Eve 24 December Christmas Day 25 December NOTE: If the days listed above fall on a Saturday or Sunday, Government personnel may be off work either the Friday before, or the Monday after the holiday. Contact the Contracting Office prior to delivery to ensure personnel will be available for receiving purposes. 3. PACKAGING AND MARKING. PACKAGING AND MARKING THE Cadet Bathrobes/Pajamas. Preservation and packaging shall be in accordance with specification, USAFA CU para 5, Dated 3 August 2004. Shipping Carton Markings. Shipping carton(s) shall be marked to indicate the title of the contract (i.e., Cadet Bathrobes), the contract number, contractor’s name and the NSN. Each carton shall be “MARKED FOR”: FX7000. The bathrobes shall be steamed, neatly folded, and individually packaged in plastic bags, 1 each per bag and 24 per box. Pajamas shall be packaged as unit pack of 12 per box for both men and women pajamas shall be package individually for the tops and individually for the bottoms. Packing Lists. A packing list shall be placed within box 1 of all shipments under this contract. The packing list shall clearly identify the total contents of the shipment, and shall break down the contents of each numbered box. 4. Bar Codes a. An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size (if applicable) and a brief description in either code 39 or UPC Bar code, shall be affixed too each individual package and on each shipping carton. If it should become necessary to mix sizes within the shipping carton, bar codes labels for each size shall be affixed to that shipping carton. b. A sample bar code label for a size medium pajamas and bathrobes shall be submitted for the Contracting Officer approval within 30 days of receipt of notice of contract award. Men’s Pajamas 8420L9017917000 Small 8420L9017927000 Medium 8420L9017937000 Large 8420L9017947000 X Large 8420L9017957000 XX Large Women’s Pajamas Tops 8425L9002277000 Medium 8425L9002287000 Large 8425L9002267002 X Large Women’s Pajamas Bottoms 8425L9002277000-1 Medium 8425L9002287000-1 Large 8425L9002267023-X Large Men’s Bathrobes 8420L9002367000 Small 8420L9002377000 Medium 84200L9002387000 Large 8420L9002407000 XX Large c. See Attached Sample Bar Code (Attachment 3) d. Submittals shall be made to: 10 th Contracting Squadron 10 CONS/LGCB Attn: Contracting Officer 8110 Industrial Drive, Suite 200 USAF Academy CO 80840-2315 5. Paragraph (a) Inspection/Acceptance is supplemented as follows: Inspection and acceptance will be accomplished by the Accountable Officer or his/her authorized representative as the technical representative for the Contracting Officer for the purpose of technical surveillance of workmanship and conformance with garment specifications. 6. ADDENDUM TO FAR 52.212-4(c) CHANGES Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) - ALTERNATE I (JAN 1997) (a) The Contractor shall deliver 1 pair of men’s pajamas, size large and 1 each bathrobe, size large within 30 calendar days from the date of this contract to the Government at 10 th Contracting Squadron, 10 CONS/LGCB, Attn: Contracting Officer, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (j) The Contractor shall produce both the first article and the production quantity at the same facility. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 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). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Governments Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-3 Notice of Total HUB Zone Set aside or sole Source Award (Jan 2011) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The provision at FAR 52.252-2, Clauses Incorporated by Reference applies to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (DEC 2010) APPLIES TO THIS ACQUISITION: (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of Clause) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payments Request (MAR 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause) 5352.201-9101 Ombudsman (Apr 2010): 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 USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: Kelly.Snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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) 5352.242-9000 Contractor Access to Air Force Installations (Jun 2010): a. The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. c. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. d. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. e. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. f. Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-12-T-0015/listing.html)
 
Place of Performance
Address: 10 MSG LGRMC, Mitchell Hall Annex. Building 2351, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02628016-W 20111124/111122235239-8fe2bc49a6a66070e6c14f084e0ec416 (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.