Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

U -- Catholic Religious Educator and Pastoral Coordinator

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
F1B0H12194A001
 
Point of Contact
Kelsey L. Brightbill, Phone: 5804817263
 
E-Mail Address
kelsey.brightbill@altus.af.mil
(kelsey.brightbill@altus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 97th Contracting Squadron hereby issues the following 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. A quote is being requested and a written solicitation will not be issued. Solicitation number F1B0H12194A001 is hereby issued as a FOB Destination Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This acquisition is classified under North American Industry Classification System code 611710. Please ensure that the offeror's SAM (previously known as CCR and ORCA) reflect the business size under NAICS CODE 611710. Also ensure that SAM info has been updated to be eligible for award. Firm-Fixed Price purchase order will be issued in writing. Altus AFB, Oklahoma has a requirement for (pending availability of funds): A Catholic Religious Education and Pastoral Coordinator *See Statement of Work for qualifications and additional information. Quote must include shipping FOB Destination Please send any questions or request to 97 CONS/LGCA, ATTN: Kelsey Brightbill, 308 N. 1st, Suite 2301, Altus AFB, OK 73523. You may also call P.O.C. at (580) 481-7263, send a fax to (580) 481-5138, or e-mail at kelsey.brightbill@us.af.mil. Secondary point of contact: carol.loague@us.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 308 N. 1st St., Suite 2301, Altus AFB, OK 73523 at or before 1600 (4:00 P.M) CST, September 7, 2012. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138 or emailed to kelsey.brightbill@us.af.mil. FAR 52.204-99 (DEVIATION), System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Each offeror shall complete paragraph (j) of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (April 2012) if applicable. FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008), (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). FAR 52.202-1, Definitions (Jan 2012), FAR 52.203-3, Gratuities (Apr 1984), FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011), FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008), If a copy of the provisions are needed, the can be found on arnet.gov/far, FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-5, Certification Regarding Responsibility Matters. (Apr 2010), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.212-3, Alt I Offerors Representations and Certifications-Commercial Items (May 2011), FAR clause 52.212-4, (Feb 2012), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A Required Central Contractor Registration (Oct 2008), FAR clause 52.212-4(c) is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2012) and its deviations (Mar 2012) applies to this acquisition and is incorporated by reference. Paragraph (a), (b), and (c) of the clause incorporate by reference the following FAR clauses: 52.222-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government (Oct 1995), FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (Feb 2012), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011), FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2012), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-35(Sept 2010), FAR 222.35,Equal Opportunity for Veterans (Sep 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-37, Employment Reports on Veterans (Sep 2010), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Oct 2003), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), The FAR clause 52.212-5 (Dev) (a) (Mar2012) 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 (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (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 (July 2012). (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. FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011), FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010), FAR 52.222-50, Combating Trafficking in Persons (Feb 2009), FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-1, Buy American Act - Supplies (Feb 2009), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.225-18, Place of Manufacture (Sep 2006), (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011), FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Oct 2003), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-5, Changes and Changed Conditions (Apr 1984), FAR 52.246-1, Contractor Inspection Requirements (Apr 1984), FAR 52.247-34, F.O.B. Destination (Nov 1991), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998), FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.253-1, Computer Generated Forms (Jan 1991), DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009), DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011), DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7008, Export-Controlled Items (Apr 2010), DFARS 252.209-7001, Disclosure of Ownership or Control By the Government of a Terrorist Country (Jan 2009), DFAR 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006), DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Deliquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012), DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate (Jun 2012), (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2012), DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Jun 2012), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2012), DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998), DFARS 252.246-7000, Material Inspection and Receiving Report (Mar 2008), DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992), DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002), 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 Center/MAJCOM or AFISRA ombudsmen, the AETC ombudsman is the Deputy Chief, Contracting Division, David Jones, 2035 1st Street West, Ste 1, Randolph AFB, TX 78150-4304, phone (210)652-1722, facsimile (210) 652-8344, david.jones@us.af.mil. 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. Local 005 Wide Area Work Flow DODAAC and Email Distribution Table, Note: Use of WAWF will speed up your payment processing time and allow you to monitor your payment status online. There are no charges or fees to use WAWF. For more information contact WAWF Customer Service Center at 1-866-618-5988/(801) 605-7095 or email at cscassig@csd.disa.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) at (800) 756-4571, Option 2, then Option 3 or (614) 693-8507, Option 2, then Option 3. Please have your order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of your order. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your purchase order/contract number or invoice will be required to inquire status of your payment. Go to DFAS on the web at: www/dod.mil/dfas/contractorpay/vedor/payinquiresystemvpis. Payments may be expedited electronically via Internet through the Wide Area Workflow (WAWF) system for more info go to https://wawf.eb.mil. Please note that all acquisitions for medical equipment must be input as a "stand-alone" invoice - do not use a "combo" (i.e. combined invoice and receiving report). Receiving reports are generated in a different system by customer. LOCAL AT INFO 6 May 2011 Altus Air Force Base has an antiterrorism program that is responsible for helping secure and protect the base and its personnel from terrorist attacks. As a contractor working on Altus Air Force Base, you and your sub-contractors are required to obey all orders from Security Forces, and participate in and adhere to all security measures implemented during exercises, or real-world Force Protection Condition changes (security posture changes). Additionally, you and your sub-contractors are expected to report to base security forces any suspicious activities, packages, or items you see while conducting work on Altus Air Force Base. Suspicious activities could include personnel conducting surveillance of the installation, unauthorized personnel requesting access to the installation, or somebody asking a lot of questions about the base. In an effort to help familiarize you, your employees, and sub-contractors about antiterrorism, Altus Air Force Base has an AntiTerroism binder with all of the pertinent information for awareness training available for review at Pass and Id, 2nd floor Building 52, Altus Air Force Base, Oklahoma. LOCAL IP-Security Information 22 July 2011 Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to Altus AFB to perform contract requirements: A. The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Altus AFB. This information shall consist of, but not limited to, the following: full name to include first, middle, and last, social security number, date of birth, address, driver's license number and state of issue, number of years resident of the State of Oklahoma and Jackson County. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history may be denied access to Altus AFB. B. The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Altus AFB, Oklahoma. Badges from employees no longer working on the contract must be turned in to the Contracting office within 30 days of leaving. C. Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or a decision not to exercise option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations or specified work and other limitations may be subject to revocation of base access. No telephonic responses will be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B0H12194A001/listing.html)
 
Place of Performance
Address: Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN02866263-W 20120906/120905000027-23d50246c7da62ae27c967bb9fbbea31 (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.