Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

J -- FA7000-14-T-0090 USAFA Static Displays

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering 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
FA7000-14-T-0090
 
Archive Date
9/18/2014
 
Point of Contact
Olivia F. Epps, Phone: 7193334193, Russell W. Jordan, Phone: 7193333961
 
E-Mail Address
olivia.epps@us.af.mil, russell.jordan@us.af.mil
(olivia.epps@us.af.mil, russell.jordan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002: Results of testing confirm that there is NO LEAD in the paint on each aircraft. Amendment 0001: Changes: Quotes must be received no later than 2:00pm Mountain Standard Time, 3 September 2014 to olivia.epps@us.af.mil. Response time for questions has now closed. No more questions or RFIs will be answered. Attachment Added: Responses to RFIs Attachment Added: Paint Process Standard CA 8800 V3 1 Oct 2010 Attachment Added: CA8200_Desothane_HS_Military_Topcoat_Series Attachments Added: Photographs of ten (10) aircraft refered to in Solicitation Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for a commercial item 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 Request for Quote number FA7000-14-T-0090, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76, 25 July 2014. The North American Industry Classification System Code [NAICS] is 238320 and the size standard is $15M. This RFQ will result in a Firm Fixed Price Purchase Order. This requirement is a total Small Business set-aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10 th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this 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. REQUIREMENT DESCRIPTION: The USAF Academy Logistics Readiness Squadron has a requirement to complete exterior aircraft stripping, priming, painting, repairs, restoration and birdproofing for the F-105D, F-4D and T-41 Static Display aircraft located on the USAF Academy. Additionally, the requirement includes minor aircraft maintenance discrepancy repairs and birdproofing on the B-52, A-10, T-38, F-16, F-15, SV5J, and the F-4D aircraft static display. This requirement shall be accomplished in accordance with (IAW) the Performance Work Statement (PWS) dated August 2014. This requirement has an overall period of performance (PoP) not to exceed (NTE) 90 calendar days from date of award. CLIN 0001 (F-105D) must be completed within the 45 calendar days from date of award. Optional CLIN 0005 (T-41) and CLIN 0011 (F-4D), should they be exercised, are expected to be completed within 45 days from date of award (or being exercised). The Optional CLINs including minor aircraft maintenance discrepancy repairs and birdproofing must be completed within the 90 day PoP, from date of award (or being exercised). The intent is to have all awarded and exercised CLINs performed concurrently. PLEASE NOTE : Notice to Offeror(s)/Supplier(s): Funds are not presently available for this entire effort. An award will be made on an all, none or partial basis. Optional CLINs are subject to availability of funds and may be exercised at any point during performance. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include, but not limited to, all supplies, labor, and travel. Period of Performance (PoP) is 90 days from date of award. The contractor shall submit their quote on company letterhead to include the following: · solicitation number · contract name · address · email address · telephone number of the offeror · unit prices · express 5-year warranty · delivery terms · cage code · DUNS number · tax identification number · size of business · all requirements listed in provisions 52.212-1, 52.212-2 and all addenda listed below The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Quotes must contain adequate information to judge if products meet or exceed the characteristics supplied in the solicitation. Provide pricing for each of the following line items. Pricing should be given in the nearest whole dollar. CLIN Item Description Quantity Unit Unit Price CLIN 0001 F-105D static display aircraft 1 Each ________ stripping, p rimer, painting, repairs, restoration and birdproofing IAW PWS dtd 13 August 2014. PoP NTE 45 days from date of award Firm Fixed Price CLIN 0002 B-52 static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0003 A-10 static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0004 T-38 static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0005 T-41 static display aircraft 1 Each ________ OPTIONAL stripping, p rimer, painting, repairs, restoration and birdproofing IAW PWS dtd 13 August 2014. PoP NTE 45 days from date of award Firm Fixed Price CLIN 0006 F-100 static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0007 F-16 static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0008 F-15A static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0009 SV5J static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0010 F-4D static display aircraft minor 1 Each ________ OPTIONAL maintenance IAW PWS dtd 13 August 2014 Firm Fixed Price CLIN 0011 F-4D static display aircraft 1 Each ________ OPTIONAL stripping, p rimer, painting, repairs, restoration and birdproofing IAW PWS dtd 13 August 2014. PoP NTE 45 days from date of award Firm Fixed Price TOTAL PRICE $ ________________ Quotes must be received no later than 2:00pm Mountain Standard Time, 3 September 2014 to olivia.epps@us.af.mil. Questions should be addressed to the Primary POC Olivia Epps, Contract Specialist, USAF Academy (719) 333 - 2796, olivia.epps@us.af.mil. Alternate POC is Russell Jordan, Contracting Officer, (719) 333-3961, russell.jordan@us.af.mil. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. The Provision at 52.212-1, Instructions to Offerors-Commercial, applies to acquisition. Addenda to FAR 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS: PRICE QUOTE - Submit on company letter the unit price for each line item to include an overall total price. Round the total price to the nearest whole dollar value. a. Prices quoted must be Firm-Fixed Price to include, but not limited to, all supplies, labor, and travel. Period of Performance (PoP) is 90 days from date of award, with specific PoP requirements for CLINs 0001, 0005 and 0011. b. Provide a written statement that the offeror’s proposal incorporates all amendments to the solicitation (if applicable). TECHNICAL INFORMATION – Submit on company letter a technical description of how work described in the Performance Work Statement dated 13 August 14 will be performed in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature and any specific evidence of minor maintenance repair on aircraft and painting within the last 7 years. Include terms of a 5-year warranty as well as confirmation that work will be completed IAW the USAF Technical Order 1-1-4 and the AC 43.13-1B (referenced in the PWS). GENERAL INSTRUCTIONS a. Instructions to Offerors – Commercial Items: This section of the instructions provides general guidance for preparing proposals as well as specific instructions on the format and content of the proposal. The reference in FAR 52.212-1(e) encouraging submission of alternate proposals does not apply to this acquisition. The offeror’s proposal must include all data and information requested in these instructions and must be submitted in accordance with these instructions. The offeror shall comply with the requirements stated in the Schedule and in the Performance Work Statement (PWS). Non-conformance with the instructions provided herein or in any other part of the solicitation may result in elimination of the proposal from consideration for award or an otherwise an unfavorable proposal evaluation. b. Include Sufficient Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror’s proposal. c. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. Similarly, for oral presentations, elaborate, productions are unnecessary and not desired. d. Proposal Acceptance and Validity Dates: The offeror shall make a clear statement in the Price & Proposal Documentation Volume that the proposal is valid for 90 days after the date specified for receipt of quotes. e. Disposition of Proposals: In accordance with FAR 4.803(a)(10) (Contents of Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the offeror requests otherwise, the Government will destroy extra copies of such unsuccessful proposals. The Provision at 52.212-2, Evaluation – Commercial Items, applies to acquisition. Addenda to FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999): a. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: · Price · Pass/Fail Technical Acceptability per Figure 1 Figure 1 Pass Fail 1 5-Year Warranty for Workmanship ( per PWS para 1.1.3, 1.2.4, 1.3.3, and 1.4.3) 2 Work to be completed in accordance with USAF Technical Order 1-1-4, applicable to USAF Aircraft 14 May 1994, Change 7, 17 July 1998 ( per PWS para 1.1, 1.2, 1.3, and 1.4) Attachment TO_1-1-4_CHG-6[1].pdf 3 Work to be completed in accordance with AC 43.13-1B, Table 7-10, pg 7-339 thru pg 8-364 ( per PWS para 1.1, 1.2, 1.3, and 1.4) http://www.faa.gov/documentLibrary/media/Advisory_Circular/AC43.13-1b.pdf 4 Technical Description of how work will be performed IAW PWS dated 13 August 2014 b. Evaluation. Initially, quotes shall be ranked according to price. An offeror’s proposed prices will be determined by multiplying the quantity by the contractor’s proposed unit price and adding all contract line items (CLINs) to confirm a total price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. A Pass/Fail technical evaluation based on the technical description provided in the quote will then be conducted starting with the lowest priced quote. A quote will be deemed technically acceptable if they pass all identified requirements listed in Figure 1 above. If that quote is deemed technically acceptable, evaluation will stop and award will be made once the vendor has been deemed responsible IAW FAR Part 9.1. If the lowest quote does not pass technical evaluation the process will continue with the next lowest price quote. This process will continue until a quote passes technical evaluation or all quotes are evaluated. c. A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept an quote (or part of an quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Clause at 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to acquisition. Addenda to FAR 52.212-3, OFFEROR REPRESENATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAY 2014): The Clause at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Alt I), must be completed. Offerors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: www.sam.gov. If not completed on-line, 52.212-3, with its Alt I shall be completed in hard copy and submitted with quote. Contractors must be registered with sam.gov to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. ( www.sam.gov ) The Clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. Addenda 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) The Clause at 52.217-7, Option for Increased Quantity – Separately Priced Line Item, applies to this acquisition. Addenda to FAR 52.217-7, OPTION FOR INCREASED QUANTITY – SEPARATELY PRICED LINE ITEM (MAR 1989): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor anytime during the period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Addendum) CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.212-4 Contract Terms and Conditions –Commercial Items MAY 2014 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representations JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor – Cooperation with Authorities and Remedies JAN 2014 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-41 Service Contract Labor Standards MAY 2014 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 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 52.232-33 Payment by Electronic Funds Transfer—System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.212-7001 (DEV) 252.225-7001 Buy American And Balance of Payments Program DEC 2012 252.225-7002 Qualifying country Sources As Subcontractors DEC 2012 252.225-7031 Secondary Arab Boycott of Israel JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 (ALT III) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2013) (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 (Jul 2013) (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 (JUL 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. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class GS/WG Equivalent Monetary Wage -- Fringe Benefits 23050 – Aircraft, Painter ($21.70) WG-9 ($19.98) 36.25% 23080 – Aircraft Worker ($19.64) WG-8 ($18.74) 36.25% (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 this address: http://farsite.hill.af.mil. (End of Clause) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. “Covered DoD official” is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this quote, the quoteor 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) (Revised March 28, 2014) 252.209-7993 REPRESENTTAION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW – FISCAL YEAR 2014 APPROPORIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of t he Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that— (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.225-7000 BUY AMERICAN—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2014) (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 and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government— (1) Will evaluate quotes in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate quotes 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) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F67100 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Inspect By DoDAAC F4BR30 Ship To Code F4BR30 -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system. N/A (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman (NOV 2012): (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 interested 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 < http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf > competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 Email: Kelly.Snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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 quote 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 (NOV 2012): (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 Forces 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 [insert any additional requirements to comply with local security procedures] 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, Integrated Defense, 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/FA7000-14-T-0090/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03484892-W 20140830/140829022238-8100f93dddd64949ae2889c3ee8cd0fc (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.