Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2013 FBO #4308
MODIFICATION

J -- Urine Chemistry and Microscopy Analyzer Maintenance Modification 1 to add FAR Clause 52.232-39 Unenforceability of Unauthorized Obligations

Notice Date
9/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-13-T-0336
 
Response Due
10/9/2013
 
Archive Date
11/7/2013
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southern Regional Contracting Ofc
(pamela.w.owens.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W81K00-13-T-0336. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective September 3, 2013. The North American Industry Classification System (NAICS) Code for this procurement is: 811219. Small Business Size Standard is 19M. This requirement is unrestricted. Performance Based Work Statement is attached. The U.S. Army Medical Command, Southern Regional Contracting Office - Fort Gordon Cell in support of Fox Army Health Clinic, Redstone Arsenal, AL has a requirement for the following: CLIN 0001: Base Year maintenance services for iQ200 ELITE Automated Microscopy Analyzer, serial number: 5289. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 5:00 pm. Includes unlimited service calls with 48 hour response time. Contractor shall provide all software updates. Parts must be certified and documented to meet OEM (Original Equipment Manufacturers) specifications on all repairs. Also includes two (2) preventive maintenance service visits at 6 month intervals, per year to include Complete Calibration and Comprehensive Preventive Maintenance in accordance with the Performance Based Work Statement (PBWS). Technician qualifications must be in accordance with the PBWS. Technician reports to Chief, Pathology and Radiology Services, Fox Army Health Center, prior to commensing on-site services and repairs. Base Year period of performance is November 1, 2013 through September 30, 2014. Unit of Issue: Dollars per year. Unit price: ____________________ Total Amount: ________1 Year__________ CLIN 0002: First Quarter maintenance services for Iris AX4280 Automated Urine Chemistry Analyzer, serial number: 40801057. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 5:00 pm. Includes unlimited service calls with 48 hour response time. Contractor shall provide all software updates. Parts must be certified and documented to meet OEM (Original Equipment Manufacturers) specifications on all repairs. Equipment must be maintained to Complete Calibration and Comprehensive Preventive Maintenance Standards in accordance with the Performance Based Work Statement (PBWS). Technician qualifications must be in accordance with the PBWS. Technician reports to Chief, Pathology and Radiology Services, Fox Army Health Center, prior to commensing on-site services and repairs. Period of Performance is November 1, 2013 through December 31, 2013. Unit of Issue: Dollars per year. Unit price: ____________________ Total Amount: ___Partial Quarter Year____ CLIN 1001: Option Year One maintenance services for iQ200 ELITE Automated Microscopy Analyzer, serial number: 5289. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 5:00 pm. Includes unlimited service calls with 48 hour response time. Contractor shall provide all software updates. Parts must be certified and documented to meet OEM (Original Equipment Manufacturers) specifications on all repairs. Also includes two (2) preventive maintenance service visits at 6 month intervals, per year to include Complete Calibration and Comprehensive Preventive Maintenance in accordance with the Performance Based Work Statement (PBWS). Technician qualifications must be in accordance with the PBWS. Technician reports to Chief, Pathology and Radiology Services, Fox Army Health Center, prior to commensing on-site services and repairs. Option Year One period of performance is October 1, 2014 through September 30, 2015. Unit of Issue: Dollars per year. Unit price: ____________________ Total Amount: ________1 Year__________ CLIN 2001: Option Year Two maintenance services for iQ200 ELITE Automated Microscopy Analyzer, serial number: 5289. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 5:00 pm. Includes unlimited service calls with 48 hour response time. Contractor shall provide all software updates. Parts must be certified and documented to meet OEM (Original Equipment Manufacturers) specifications on all repairs. Also includes two (2) preventive maintenance service visits at 6 month intervals, per year to include Complete Calibration and Comprehensive Preventive Maintenance in accordance with the Performance Based Work Statement (PBWS). Technician qualification in accordance with the PBWS. Technician reports to Chief, Pathology and Radiology Services, Fox Army Health Center, prior to commensing on-site services and repairs. Option Year Two period of performance is October 1, 2015 through September 30, 2016. Unit of Issue: Dollars per year. Unit price: ____________________ Total Amount: ________1 Year__________ CLIN 3001: Option Year Three maintenance services for iQ200 ELITE Automated Microscopy Analyzer, serial number: 5289. Service includes all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep operational to manufacturer's specifications, five days per week during normal duty hours 7:30 am to 5:00 pm. Includes unlimited service calls with 48 hour response time. Contractor shall provide all software updates. Parts must be certified and documented to meet OEM (Original Equipment Manufacturers) specifications on all repairs. Also includes two (2) preventive maintenance service visits at 6 month intervals, per year to include Complete Calibration and Comprehensive Preventive Maintenance in accordance with the Performance Based Work Statement (PBWS). Technician qualifications must be in accordance with the PBWS. Technician reports to Chief, Pathology and Radiology Services, Fox Army Health Center, prior to commensing on-site services and repairs. Option Year Three period of performance is October 1, 2016 through September 30, 2017. Unit of Issue: Dollars per year. Unit price: ____________________ Total Amount: ________1 Year__________ Total price for Base Plus 3 Option Years: __________________ This solicitation must be quoted all or none. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) paragraph (a) through (l) apply to this acquisition. The following is incorporated as an Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for location where full text can be obtained. The following provisions are incorporated by reference: 52. 225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); and 52.237-1 Site Visit (Apr 1984). The following provisions are incorporated in full text: 52.222-48 Exemption From Application Of The Service Contract to Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Certification (Feb 2009) (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An quote mark established catalog price quote mark is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An quote mark established market price quote mark is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) 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 these addresses: www.arnet.gov/far, www.dtic.mil/dfars, or www.farsite.hill.af.mil. 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 quote mark (DEVIATION) quote mark after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. quote mark Covered DoD official quote mark is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) (End of Addendum to 52.252-1) 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. Award decision will be based on the lowest price technically acceptable. Technical acceptability will be determined by the end user. All responses will be considered for award. (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 Technical acceptability is defined as being able to meet all the requirements as outlined in the Contract Line Item Number (CLIN) description and the Performance Based Work Statement (PBWS). (End of Addendum to 52.212-2) FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Aug 2013). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual ORCA representations and certificates electronically and information is current in the System of Award Management (SAM) website. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete paragraphs (c) through (o) of this provision. (See FAR 52.252-1 for location where full text of this provision can be found). FAR 52.212-4, Contract Terms and Conditions- Commercial Items (Jul 2013), applies to this acquisition to include the following clauses: Addendum 52.212-4: (v) The non FAR Part 12 discretionary FAR, DFARS, AFARS and Local clauses herein are incorporated into this contract either by reference or full text: If incorporated by reference see clause 52.252-2 for locations where full text can be found. The following clauses are incorporated by reference: 52.203-3 Gratuities (Apr 1984); 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); 52.222-3, Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (EEO); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-51 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, Repair of Certain Equipment-Requirements (Nov 2007); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-18 Availability of Funds (APR 1984); 52.232-33 Payment By Electronic Funds Transfer- Central Contractor Registration (Oct 2003); 52.232-39 Unenforceability of Unauthorized Obligations; 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.237-3 Continuity of Service (Jan 1991); 52.242-13 Bankruptcy (Jul 1995); 52.247-34 F.O.B. Destination (Nov 1991); 252.201-7000 Contracting Officer's Representative (Dec 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 252.204-7000 Disclosure of Information (Aug 2013); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Jun 2012); 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991); and 252.243-7002 Requests for Equitable Adjustment (Dec 2012). The following clauses are incorporated in full text: 52.217-8 Option to Extend Services (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor not later than 30 days before contract expires. 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor not later than 30 days before contract expires; 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 4 years. 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is quote mark not dominant in its field of operation quote mark when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 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 these addresses: www.arnet.gov/far, www.dtic.mil/dfars, or www.farsite.hill.af.mil. 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 quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) (a) The Contractor is not required to flow down the terms of any Defense Federal Acquisition Regulation Supplement (DFARS) clause in subcontracts for commercial items at any tier under this contract, unless so specified in the particular clause. (b) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligation. (c) The Contractor shall include the terms of this clause, including this paragraph (c), in subcontracts awarded under this contract, including subcontracts for the acquisition of commercial items. (End of clause) 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) (a) Definitions. As used in this clause- quote mark Credible information quote mark means information that, considering its source and the surrounding circumstances, supports a reasonable belief that an event has occurred or will occur. quote mark Critical safety item quote mark means a part, subassembly, assembly, subsystem, installation equipment, or support equipment for a system that contains a characteristic, any failure, malfunction, or absence of which could have a safety impact. quote mark Safety impact quote mark means the occurrence of death, permanent total disability, permanent partial disability, or injury or occupational illness requiring hospitalization; loss of a weapon system; or property damage exceeding $1,000,000. quote mark Subcontractor quote mark means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for the Contractor or another subcontractor under this contract. (b) The Contractor shall provide notification, in accordance with paragraph (c) of this clause, of- (1) All nonconformances for parts identified as critical safety items acquired by the Government under this contract; and (2) All nonconformances or deficiencies that may result in a safety impact for systems, or subsystems, assemblies, subassemblies, or parts integral to a system, acquired by or serviced for the Government under this contract. (c) The Contractor- (1) Shall notify the Administrative Contracting Officer (ACO) and the Procuring Contracting Officer (PCO) as soon as practicable, but not later than 72 hours, after discovering or acquiring credible information concerning nonconformances and deficiencies described in paragraph (b) of this clause; and (2) Shall provide a written notification to the ACO and the PCO within 5 working days that includes- (i) A summary of the defect or nonconformance; (ii) A chronology of pertinent events; (iii) The identification of potentially affected items to the extent known at the time of notification; (iv) A point of contact to coordinate problem analysis and resolution; and (v) Any other relevant information. (d) The Contractor- (1) Is responsible for the notification of potential safety issues occurring with regard to an item furnished by any subcontractor; and (2) Shall facilitate direct communication between the Government and the subcontractor as necessary. (e) Notification of safety issues under this clause shall be considered neither an admission of responsibility nor a release of liability for the defect or its consequences. This clause does not affect any right of the Government or the Contractor established elsewhere in this contract. (f)(1) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts for- (i) Parts identified as critical safety items; (ii) Systems and subsystems, assemblies, and subassemblies integral to a system; or (iii) Repair, maintenance, logistics support, or overhaul services for systems and subsystems, assemblies, subassemblies, and parts integral to a system. (2) For those subcontracts, including subcontracts for commercial items, described in paragraph (f)(1) of this clause, the Contractor shall require the subcontractor to provide the notification required by paragraph (c) of this clause to- (i) The Contractor or higher-tier subcontractor; and (ii) The ACO and the PCO, if the subcontractor is aware of the ACO and the PCO for the contract. (End of clause) 252.246-7004 SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY OPERATIONS (OCT 2010) (a) Definitions. Discipline Working Group, quote mark as used in this clause, means representatives from the DoD Components, as defined in MIL-STD-3007F, who are responsible for the unification and maintenance of the Unified Facilities Criteria (UFC) documents for a particular discipline area. (b) The Contractor shall ensure, consistent with the requirements of the applicable inspection clause in this contract, that the facilities, infrastructure, and equipment acquired, constructed, installed, repaired, maintained, or operated under this contract comply with Unified Facilities Criteria (UFC) 1-200-01 for- (1) Fire protection; (2) Structural integrity; (3) Electrical systems; (4) Plumbing; (5) Water treatment; (6) Waste disposal; and (7) Telecommunications networks. (c) The Contractor may apply a standard equivalent to or more stringent than UFC 1-200-01 upon a written determination of the acceptability of the standard by the Contracting Officer with the concurrence of the relevant Discipline Working Group. (End of clause) WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone:___CUSTOMER SERVICE 1-888-332-7366______________ WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 DFAS - INDY VP GFEBS 8899 E. 56th Street Indianapolis, IN 46249-3800 Phone: 1-888-332-7366 Fax: 1-877-701-5069 (Same as block 18a of your purchase order/contract). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) _X__ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W81K00 ADMIN BY DODAAC: W81K00 INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: LOCAL PROCESSING OFFICE DODDAC: PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: ACCEPTOR: RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: Pamela.w.owens.civ@mail.mil CONTRACTING OFFICER: Gloria.brogsdale.civ@mail.mil ADDITIONAL CONTACT: Pamela W. Owens, Contract Specialist Tel: 706-787-0293 E-mail: Pamela.w.owens.civ@mail.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Aug 2013) (Deviation) applies to this acquisition. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. All responsible sources should submit a quote for award consideration via email only, to ATTN: Pamela Owens, pamela.w.owens.civ@mail.mil by 5:00 pm EST, October 9, 2013. For information regarding this solicitation you may contact Pamela Owens, Contract Specialist via phone: 706 787-0293 or e-mail (please leave any messages by email).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-13-T-0336/listing.html)
 
Place of Performance
Address: Southern Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN03179116-W 20130910/130909185558-9ac52f5e5d32d04b29a926c6f93f7724 (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.