SOLICITATION NOTICE
D -- Cell Phone Service - Solicitation
- Notice Date
- 3/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
- ZIP Code
- 09461-0270
- Solicitation Number
- RAFLCELLSERVICE
- Archive Date
- 4/17/2015
- Point of Contact
- Claire Hammond, Phone: 011441638522407, Victoria, Phone: 01638521221
- E-Mail Address
-
claire.hammond@lakenheath.af.mil, victoria.wyler.1@us.af.mil
(claire.hammond@lakenheath.af.mil, victoria.wyler.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation General Information: Document Type: Combined Synopsis/Solicitation Solicitation Number: RAFLCELLSERVICE Posted Date: 02 March 2015 Original Response Date: 02 April 2015 Classification Code: 4812 Radiotelephone Communication Set Aside: N/A NAICS Code: 517210, Wireless Telecommunications Carriers (except Satellite). Contracting Office Address Department of the Air Force, United States Air Force Europe 48th Contracting Squadron - RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN Description COMBINED SYNOPSIS/SOLICITATION - Cell Phone Service I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation, RFQ Ref. # RAFLCELLSERVICE is issued as a request for quotation. III. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-80 effective 09 February 2015, DPN 20150129 effective 29 January 2015, AFAC 2014-1001 effective 01 October 2014. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code associated with this requirement is 517210, Wireless Telecommunications Carriers (except Satellite). V. This combined synopsis/solicitation is for the following services: Cell Phone Service Plans Period of Performance: 12 month period of performance in addition to five 12 month option periods. Anticipated start date would be 30 days after award. The expected 3G service is within 6 months of agreement start date. VI. Description of requirements: Please see Attachment I titled Performance Work Statement (PWS) for details of requirement. ***SAM Requirement - Company must be registered on System for Award Management (SAM) before an award can be made to them. If company is not registered in SAM, they may do so by going to SAM web site at https://www.sam.gov. Offerors should provide their DUNS number, CAGE code, and confirmation of their SAM registration along with their quote. VII. Delivery: RAF Lakenheath, RAF Mildenhall, RAF Feltwell VIII. FAR 52.212-1, Instructions to Offerors -- Commercial Items (April 2014), and its addenda as it applies to this acquisition. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) does apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price. X. Offerors should include with their offers a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2014). XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014), applies to this acquisition. XII. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2014) (Deviation). XIII. No additional requirements or terms and conditions apply to this acquisition. XIV. Defense Priorities and Allocations System (DPAS) assigned rating is: none. XV. Site visit may be conducted if requested by a potential offeror at the offerors own expense. To request a site visit please contact victoria.wyler.1@us.af.mil or claire.hammond.gb@us.af.mil. Quotes must include the following: Company name; address; phone numbers; itemized quote; technical specifications. All quotes should remain valid until 30 September 2014. Quotes should be emailed to victoria.wyler.1@us.af.mil or claire.hammond.gb@us.af.mil. XVI. Please direct any questions regarding this solicitation to: Victoria Wyler, Contract Specialist, Phone (011) (44) 1638 521221, Email victoria.wyler.1@us.af.mil Claire Hammond, Contract Specialist, Phone (011) (44) 1638 522407, Email claire.hammond.gb@us.af.mil. The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil The following clauses and provisions apply to this solicitation: Federal Acquisition Regulation (FAR): 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 52.203-11 52.203-12 Alt I Restrictions On Subcontractor Sales To The Government Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-8 Annual Representations and Certifications 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 52.204-16 52.204-17 52.204-18 52.204-19 System for Award Management Maintenance Commercial and Government Entity Code Reporting Ownership of Control of Offeror Commercial and Government Entity Code Maintenance Incorporation by Reference of Representations and Certifications 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 52.209-9 Information Regarding Responsibility Matters Updates of Publicly Available Information Regarding Responsibility Matters 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.214-34 Submission Of Offers In The English Language 52.215-1 52.222-21 52.222-26 Instructions to Offerors--Competitive Acquisition Prohibition of Segregated Facilities Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-17 52.225-25 Evaluation of Foreign Currency Offers Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-17 Interest 52.232-18 Availability Of Funds 52.232-23 Assignment Of Claims 52.232-39 Unenforceability of Unauthorized Obligations 52.233-1 Disputes 52.233-2 Service Of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.237-3 Continuity Of Services 52.242-13 Bankruptcy 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations In Provisions 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulation (DFAR): 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A (System for Award Management Feb 2014) 252.204-7004 Alternate A, Annual Representations and Certifications 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7004 Subcontracting with firms that are owned or controlled by the Government of a terrorist country 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.225-7033 Waiver of UK Levies 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7000 252.204-7015 252.205-7000 252.225-7012 Requirements Relating to Compensation of Former DoD Officials Disclosure of Information to Litigation Support Contractors Provision of Information to Cooperative Agreement Holders Preference for Certain Domestic Commodities 252.225-7042 252.232-7009 252.243-7002 Authorization to Perform Mandatory Payment by Government wide Commercial Purchase Card Requests for Equitable Adjustment Air Force Federal Acquisition Regulation (AFFAR): 5352.225-9004 Submission of Offers in Other than United States Currency 5352.233-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 52.212-1 ADDENDUM Addendum to 52.212-1 Quotation Preparation Instructions A. To assure timely and equitable evaluation of the quotation, the vendor shall follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in a quotation being ineligible for award. Vendor's quotations shall consist of two (2) separate parts: Part I - Technical Capability Quotation and Part II - Price Quotation. B. The Government's terms, conditions, and respective provisions and clauses contained within this solicitation are prescribed in accordance with United States Federal Acquisition Regulations (FAR), and are not subject to conditionally proposed revisions or changes requested by vendors. Vendors that are not able to comply with the aforementioned conditions, will be determined as noncompliant with the solicitation requirements, and therefore may be removed from consideration for award. C. Specific Instructions: Complete the necessary fill-ins and certifications in all provisions. The provisions FAR 52.204-17, 52.212-3, 252.212-7000, 252.229-7001 and 5352.223-9000 shall be returned along with the quotation. Vendors are encouraged to submit their quotation electronically to: victoria.wyler.1@us.af.mil andclaire.hammond.gb@us.af.mil. Please note that the Government's email system has an 8MB limit for attachments. Vendors may send their quotation using multiple emails and it is advised that number systems such as -"email 1 of 4" are used to allow for confirmation of receipt. The requirements below for multiple copies do not apply to electronically submitted quotation. D. A site visit will be conducted if requested by interested parties prior to closing of the solicitation. Please contact Lt Victoria Wyler, victoria.wyler.1@us.af.mil, or Ms. Claire Hammond, claire.hammond.gb@us.af.mil, for more information. 1. PART I - TECHNICAL CAPABILITY QUOTATION - Submit original plus one (1) copy. Limited to no more than thirty (30) pages and no smaller than a 10 point font. Standard US paper size of 8.5' x 11' or standard UK paper size of A4 may be used. Vendors that are not able to comply with the aforementioned conditions, will be determined as noncompliant with the solicitation requirements, and therefore may be removed from consideration for award. Technical Capability shall consist of three sub factors: A) Technical Plan to include timeline of events, B) Quality Control Plan. A) Technical Plan - Vendors shall illustrate a detailed and comprehensive plan for providing 3G signal across the Tri-Base Area and describing how all requirements will be successfully implemented. The Technical Plan shall include, but is not limited to: (i) A detailed description and complete timeline of all activities necessary to provide comprehensive external 3G signal across 100% of the Tri-Base Area no later than six months from award date. (ii) Vendors shall illustrate a detailed and comprehensive plan on how 325 active lines (estimate) will be migrated to their perspective network. This migration shall not interrupt data, text, and voices services. B) Quality Control Plan (QCP) - The policy of the Government for contractor quality control and applicable definitions are provided in Federal Acquisition Regulation Part 46. In all Government contracts, the contractor is required to control the quality of service delivery and deliver to the Government for acceptance only services that conform to contract requirements. Note that if selected for award, your QCP will be monitored for compliance. Quality Control Plans shall be specific to the work requirements prescribed by this Request for Quotations (RFQ) and the respective Performance Work Statement (PWS). (i) Vendors shall thoroughly and clearly describe quality control processes and procedures to ensure satisfactory levels of service will be achieved at all specified service locations/sites as outlined in the PWS and RFQ. Quality Control Plans shall include at a minimum: • A clear and comprehensive description of methods, frequencies, and associated documentation (i.e. checklists) that will be utilized to identify, document, prevent, correct, and resolve potential deficiencies in the quality of service provided. • A clear and comprehensive description of processes for corrective action (resulting from potential negative audits), monitoring of negative trends, response times, and resolution. 2. PART II - PRICE QUOTATION - Submit a legible quotation and one (1) copy. If quotation is not legible, the Government reserves the right to disqualify your quotation. a) Price Quotations: As prescribed by clause 52.216-1 TYPE OF CONTRACT, the Government contemplates award of a Blanket Purchase Agreement resulting from this solicitation. b) Complete all areas within the pricing matrix Attachment II. - End of Addendum - CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Part I - Technical Capability Part II - Price The acquisition with be conducted in accordance with FAR 13.5. Evaluation procedures will be Lowest Price Technically Acceptable (LPTA) in accordance with FAR part 15.101-2. Under the LPTA evaluation process, Technical Capability will be evaluated and rated on a basis (Acceptable/Unacceptable), and trade-offs with relation to Price will not be permitted. Award by the government will be made on the basis of the lowest evaluated price of quotations meeting the acceptability standards for Technical Capability. Also see addendum to 52.212-2 (End of provision)   52.212-2 ADDENDUM Addendum to 52.212-2: Evaluation -- Commercial Items 1. BASIS FOR CONTRACT AWARD: The Government's evaluation of vendor's quotations will be conducted utilizing the evaluation factors: 1. Technical Capability and 2. Price The Government intends to award a contract without discussions. Upon completion of the Government's initial evaluation of quotations, exchanges with vendors may occur, for purpose of clarifications and communications in accordance with FAR Part 13. The Government reserves the right to conduct formal discussions with vendors for the purpose of negotiations at any point during the evaluation if deemed in the best interest of the Government. 2. EVALUATION PROCESS: The Government's evaluation of vendor quotations will be conducted as follows: i. Technical Capability. All quotes will be evaluated for acceptability utilizing the evaluation process outlined below under PART I - Technical Capability. a. All technical sub-factors must be assigned an "Acceptable" rating in order for the Technical Capability factor to be determined technically acceptable. b. Only those vendors whose quotes are determined to be technically acceptable shall be considered for award. A rating of unacceptable under technical capability shall render the entire quote unacceptable. The Government shall determine technical acceptability using the corresponding evaluation factors described in "Evaluation Factors for Award". ii. Price. The Government will first evaluate all quotations for price utilizing the evaluation process outlined below under PART II - Price Evaluation, ranking the vendors from lowest to highest total evaluated price. 3. Evaluation Factors for Award: The aforementioned factors of Technical Capability and Price will be evaluated in detail as follows: PART I - TECHNICAL CAPABILITY EVALUATION. Technical acceptability shall be evaluated against the following sub-factors: A. Technical Plan - The vendor's Technical Plan shall be evaluated for completeness in thoroughly addressing each of the areas identified in 52.212-1 Addendum to include associated approaches that demonstrate that the vendor shall successfully commence service on the contract start date. Evaluation shall occur on an Acceptable / Unacceptable basis. To receive an Acceptable evaluation, the quote shall include at a minimum: (i) A detailed description and complete timeline of all activities necessary to provide comprehensive external 3G signal across 100% of the Tri-Base Area no later than six months from award date. (ii) A detailed description and complete timeline on how 325 active lines (estimate) will be migrated to their perspective network. This migration shall not interrupt data, text, and voices services. B. Quality Control Plan (QCP) - Contractor demonstrated a clear understanding by formulating methods that reflects overall control of quality and meets the specified requirement in the Services Statement of Work. Contractor thoroughly and clearly described quality control processes and procedures to ensure satisfactory levels of performance will be achieved at all specified service locations/sites as outlined under the PWS and RFQ. Evaluation shall occur on an Acceptable / Unacceptable basis. To receive an Acceptable evaluation, the quote shall include at a minimum: • A clear and comprehensive description of methods, frequencies, and associated documentation (i.e. checklists) that will be utilized to identify, document, prevent, correct, and resolve potential deficiencies in the quality of service provided. • A clear and comprehensive description of processes for corrective action (resulting from potential negative audits), monitoring of negative trends, response times, and resolution. PART II - PRICE EVALUATION. The vendor's price quotation shall be evaluated in the following manner a. Comparisons of the proposed pricing by vendors received in response to the solicitation will be evaluated as an aggregate total representing proposed BPA Pricing. b. In the event that proposed price is submitted in British pounds, the Government reserves the right to convert the British pounds into US dollars for evaluation purposes - Refer to clause: 5352.225-9004. The price evaluation shall assess the reasonableness and affordability of the proposed total evaluated price. 4. Technically Acceptable /Unacceptable Ratings and Description Acceptable Quotation clearly meets the minimum requirements of the solicitation. All factors and sub-factors have passed the evaluation. Unacceptable Quotation does not clearly meet the minimum requirements of the solicitation. Each sub-factor must pass the evaluation in order for the technical factor to pass. Failure to address any sub-factor will deem a quotation technically unacceptable. 5. AWARD DETERMINATION: As authorized by FAR 13.106-2(b)(1), the Government's evaluation in using the Lowest Price Technically Acceptable (LPTA) decision approach, will award to the responsive and responsible vendor whose quote is the lowest price, considered technically acceptable, and provides the best value to the Government. (End of Provision) 52.204-17 Ownership or Control of Offeror (Nov 2014) (a) Definitions. As used in this provision- "Commercial and Government Entity (CAGE) code" means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as an NCAGE code. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates "has" in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:________________________________________ Immediate owner legal name:_________________________________________ (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates "yes" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:________________________________________ Highest level owner legal name:_________________________________________ (Do not use a "doing business as" name) (End of Provision) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Dec 2014) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation," means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "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. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "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 size standards in this solicitation. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It [_] is, [_] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that -- (i) It [_] has, [_] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [_] has, [_] has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It [_] has developed and has on file, [_] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American - Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those 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 (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (2) Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those 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 (2) of the definition of "domestic end product." Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No.: ___________________________________________ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products Line Item No.: Country of Origin: [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; 2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product: Listed Countries of Origin: (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) 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. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (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.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] (1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [_] does [_] does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [_] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer identification number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [_] TIN:_____________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government; (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ____________________. (5) Common parent. [_] Offeror is not owned or controlled by a common parent: [_] Name and TIN of common parent: Name ____________________________________ TIN ______________________________________ (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50(U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates "has" in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code:_____________________________________________ Immediate owner legal name:______________________________________________ (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity: [ ] Yes or [ ] No. (3) If the Offeror indicates "yes" in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:_____________________________________________ Highest level owner legal name:______________________________________________ (Do not use a "doing business as" name) (End of Provision) Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. 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/vffara.htm 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/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) 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. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.204-7007 Alternate A, Annual Representations and Certifications ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus-Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities-Representations. Applies to solicitations for the acquisition of commercial satellite services. (vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more. (vii) 252.229-7012, Tax Exemptions (Italy)-Representation. Applies to solicitations and contracts when contract performance will be in Italy. (viii) 252.229-7013, Tax Exemptions (Spain)-Representation. Applies to solicitations and contracts when contract performance will be in Spain. (ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: ___ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. ___ (ii) 252.225-7000, Buy American-Balance of Payments Program Certificate. ___ (iii) 252.225-7020, Trade Agreements Certificate. ___ Use with Alternate I. ___ (iv) 252.225-7031, Secondary Arab Boycott of Israel. ___ (v) 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate. ___ Use with Alternate I. ___ Use with Alternate II. ___ Use with Alternate III. ___Use with Alternate IV. ___ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (End of provision) 252.229-7001 TAX RELIEF-BASIC (SEP 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: (Offeror insert) RATE (PERCENTAGE): (Offeror insert) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) 5352.201-9101 Ombudsman. OMBUDSMAN (APR 2014) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. Douglas Guldan AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: douglas.guldan@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, 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 offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance [List each Class I ODS, its applications or use and the approved quantities for use throughout the length of the contract. If "None," so state.] (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.242-9000 Contractor access to Air Force installations. 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, and valid vehicle insurance certificate 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 AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (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) 5352.223-9001 Health and Safety on Government Installations. HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) BPA Terms and Conditions BLANKET PURCHASE AGREEMENT Description of Agreement: The contractor shall provide cell phone service as per the approved price list if and when requested by the Contracting Officer or the authorized representative of the Contracting Officer. Services shall be rendered in accordance with the prices indicated on the price list approved by the Contracting Officer. The period of this Blanket Purchase Agreement is: 01 MAY 2015 THROUGH 30 APRIL 2020 Extent of Obligation: The Government is obligated only to the extent of authorized purchases actually made under this Blanket Purchase Agreement. Purchase Limitation: Individual calls under this agreement shall not exceed the monetary amount reflected on the call authorization letter. Individuals authorized to purchase under the BPA: A list of individuals authorized to place calls under this agreement, identified either by title of position or by name of individual, organizational component, and the dollar limitation per purchase for each position title or individual shall be furnished to the supplier by the Contracting Officer. Delivery Tickets: All shipments or services under this agreement shall be accompanied by delivery tickets or sales slips which shall contain the following minimum information: Name of Contractor Blanket Purchase Agreement Number Date of purchase (Date of call) Purchase number (Call number) Itemized list of supplies or services rendered Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show this information.). Date service was performed. INVOICES: An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever first occurs, for all deliveries made during a billing period and for which payment has not been received. Copies of delivery tickets need not support these invoices. VALIDITY OF PRICE LISTS: The validity period of price-lists submitted under this BPA shall be submitted under this BPA shall be indicated on each approved price-list. The contractor shall submit new price-lists, in writing, for approval by the Contracting Officer at least fifteen (15) days prior to expiration of the current price-list. No price increase will be valid until approved by the Contracting Officer. 8. FUNDING: Individual calls under this BPA will be charged to existing obligation authority administered by RAF Lakenheath, RAF Mildenhall and RAF Feltwell or to funds certified on each owning organization. 9. INSPECTION AND ACCEPTANCE: Inspection and Acceptance of services will be accepted by each owning organization, in accordance with the General Provisions and other terms and conditions herein. Attachment I PERFORMANCE WORK STATEMENT PERSONAL WIRELESS COMMUNICATIONS SERVICES 1.0 DESCRIPTION: The contractor shall be required to provide Commercial Digital Cellular Telephone services and support to organizations assigned to RAF Lakenheath, RAF Mildenhall and RAF Feltwell. This may be amended to include other service locations in the United Kingdom (UK). The area requiring coverage is specifically, but not limited to, East Anglia and generally within the land mass comprising England, Scotland and Wales, with international roaming as required. 1.1 SPECIFIC REQUIREMENTS: 1.1.1 Contractor shall provide global voice and data wireless communication services throughout Europe, Asia, Africa and the Americas. Global service includes wireless coverage for customers stationed in the United Kingdom and traveling throughout the 48 contiguous United States, Alaska, Hawaii, District of Columbia, U.S. Territories of American Samoa, the Federated States of Micronesia, Guam, Midway Islands, Puerto Rico, U.S. Virgin Islands, Afghanistan, Albania, Armenia, Australia, Austria, Azerbaijan, Bahrain, Belgium, Bosnia Herzegovina, Bulgaria, Caribbean, Chile, China, Croatia, Czech Republic, Democratic Republic of Congo, Denmark, Egypt, Estonia, Finland, Fiji, France, Germany, Ghana, Greece, Honduras, Hong Kong, Hungary, Iceland, India, Iraq, Ireland, Israel, Italy, Japan, Kenya, Kuwait, Latvia, Libya, Lithuania, Luxembourg, Macedonia, Malaysia, Malta, Mozambique, Netherlands, New Zealand, Nigeria, Norway, Oman, Pakistan, Panama, Poland, Portugal, Qatar, Romania, Russia, Serbia, Singapore, Slovenia, South Africa, South Korea, Spain, Sri Lanka, Sweden, Switzerland, Taiwan, Tanzania, Thailand, Turkey, Turkmenistan, United Arab Emirates, United Kingdom, Yemen, Ukraine, and Uzbekistan. 1.1.1.2 Cellular services provided shall remain up-to-date with commercial equivalents. Accordingly, similar cellular services and solutions available shall be increased, enhanced, and upgraded as these improvements become available to commercial customers at no additional cost to the US Government. 1.1.2 Number transfer of current telephone numbers: The contractor shall provide, at time of contract award, a schedule for the migration of existing telephone numbers from the current service provider to the new contractor at no additional charge to the Government. Additional telephone numbers will become available for migration to the new contract upon expiration of obligated service commitments from previous providers. Details of existing telephone numbers will be provided by the Government after acceptance of agreement. The schedule and migration of telephone numbers will be accomplished at no cost to the Government. The following details will be provided by the Government for all existing Cellular Telephone (CT) services Current Service provider CT equipment description (single/dual/tri-band, roaming, etc.) CT phone numbers Owning Organization and address Date available for migration Migration Priority The migration will be accomplished in accordance with priorities provided by the Government. 1.1.2.1 The contractor shall provide all SIM cards. Replacement, defective or lost SIM cards shall be at no cost to the Government. The contractor shall provide mini sized, micro sized, and nano sized SIM cards for devices that require such SIM cards. Contractor shall offer at least next-day on all new or replacement SIM cards. 1.1.3 The contractor shall provide an ‘Active IMEI Subscriber Summary' quarterly to the base Personal Wireless Communication Systems (PWCS) Manager(s). The base PWCS manager will disseminate any applicable information to subordinate unit PWCS managers. 1.1.4 The contractor shall promptly notify the PWCS Manager(s) of discontinued services established in the blanket purchase agreement (BPA) and supply a list of new services with new pricing and the affected lines that require a new service. The new services will be incorporated into the BPA on annual basis or during the establishment of a new price list as determined necessary by the a 48th Contracting Squadron Contracting Officer. 1.1.5 The contractor shall be required to demonstrate acceptable network coverage/performance within the required areas, specifically, on the following bases; RAF Lakenheath (Post Code: IP27 9PN), RAF Mildenhall (Post Code: IP28 8NG and RAF Feltwell (Post Code: IP26 4HL) as well as the tri base area as outlined in Appendix I. 1.1.5.1 Acceptable network coverage/performance with a desired minimum signal level of 3G. 3G signal level is defined as the level set by industry standards. At the time of submission of quote the contractor shall submit their Technical Plan detailing how they will ensure the required signal strength is achieved. The Contractor shall also submit at time of submission of quote the timescale for the implementation of Technical Plan. 1.1.5.2 If network performance is substandard, the contractor will provide a site survey and, if required, the installation of new CT tower equipment and repeaters at no cost to the Government. This equipment will remain the property of the contractor and will be removed by the contractor at the end of the agreement or as requested by the Government at no cost to the Government. There is a possibility for the Contractor to utilize existing on base Government-owned property to include but not limited to towers subject to Base Communications Squadron approval. See Appendix II 1.1.6 The contractor will respond within 24 hours to service queries/complaints on an individual's need. The contractor will track and compile queries/complaints and fix actions on a quarterly basis and forward the report to the PWCS managers. 1.1.7 The contractor will provide on-site annual training to individuals and PWCS managers. Training will comprise of software capabilities, messaging, data port, roaming, online account management tools, and any additional training requests. The contractor shall also provide online training to enable new PWCS managers to train at their convenience. 1.1.8 The contractor shall identify security features to ensure only the PWCS managers have the authority to make changes to service IAW with this statement of work. Changes shall be confirmed through online transactions, telephone request, and written correspondence. The user requires the capability to access their account information. The Government requires a password/pin authentication upon account access. No changes can be made to this statement of work without written/verbal approval from 48th Contracting Squadron Office. 1.2 NEW CONNECTIONS, MIGRATION, AND SPECIFIC DELIVERY REQUIREMENTS 1.2.1 Upon the signing of the blanket purchase agreement, all existing CTs available for migration to the new service provider shall be migrated as expeditiously as possible retaining the same phone numbers, if required. Handsets currently owned by the Government that require migration to the selected service provider shall be provided a SIM card, free of charge. 1.2.2 The contractor shall provide electronic software to easily review and analyze calls generated. Updates to amend individual base's data will be distributed based on the invoice cycle for each base. 1.2.3 The Government reserves the right to purchase CT handsets/service and/or accessories from any commercial source. 1.2.4 Additional SIM cards shall be delivered to the PWCS Manager, without connection charge, within three (3) United Kingdom (UK) business days (Mon - Fri excluding UK public holidays) from receipt of faxed or e-mailed order from the PWCS Managers. The contractor may choose to accept telephone orders at their discretion. Emergency situations may require an expedited one (1) UK business day response time for ordered SIM Cards. The Government will be responsible for any excess charges to expedite delivery as required, but will not be liable for cost to any SIM Cards mislaid/lost on route from the Contractor to the applicable, base PWCS manager. 1.2.5 The Government will be responsible for any excess charges to expedite delivery as required and will pay for such charges with the Government Purchase Card (GPC). The government will not be liable for cost to any CT equipment mislaid/lost on route from the Contractor to the applicable, base PWCS manager. 1.2.6 The maximum service commitment period associated with any new contractor provided CT shall be no more than 12 (twelve) months. Upon expiration of the initial 12 (twelve) month commitment period, Cellular Telephone services may be cancelled by the Government as required at no additional cost, providing the contractor at least 30 calendar days advance notice in writing. The Government will not incur any cancellation charges once the 12 (twelve) month commitment period has expired. 1.2.7 The contractor shall provide the Government with one direct local rate/free phone telephone number and email address that can be readily accessed, by owning organizations, for all customer support matters during the normal work week, Mon - Fri, 0800 - 1700 hrs. A customer support department shall be available by local rate/free phone telephone call during all other times for emergencies. The contractor will identify to the PWCS managers services that cannot be resolved during business hours. 1.2.7.1 The contractor shall provide the Government with a dedicated account manager who can be contacted by direct local rate/free phone telephone number and email address that can be readily accessed, by PWCS managers, for all account support matters during the normal work week, Mon - Fri, 0800 - 1700 hrs. 1.2.7.2 The contractor shall notify the base PWCS manager of any system changes, upgrades, maintenance or planned outage 30 (thirty) days prior to the implementation. 1.2.7.3 The contractor shall generate a response within 1 (one) hour of any service outages with a resolution within 4(four) hours. 1.3 CONTRACTOR BILLING/INVOICING AND REPORTING REQUIREMENTS 1.3.1 Services under this agreement may be billed to the owning organization to be paid via the GPC. Billing shall consist of an invoice containing the following details of each CT with additional summary information: Procurement Identification Number issued by 48th Contracting Squadron Office Call Number Date Call was placed Air time Rental Charges Credits and debits applied during the cycle Per Call Toll Charges to include numbers called, duration, date and cost, i.e. itemized billing to allow call monitoring. Billing shall be, at a minimum, monthly with toll charges paid in arrears and rental charges paid in advance. The billing period shall adhere to the Government's fiscal year commencing 1 Oct of each year and ending 30 Sep of the next year. Invoices should be sent via postal mail to each owning organization with the ability of each owning organization having the ability to view online via the contractor's website. 1.3.2 The contractor shall accept the Government-Wide Purchase Card (currently "VISA" credit card) as a payment method. If for unforeseen reasons that either the government orthe contractor are hindered in the processing of payments under the GPC, then invoices will be sent to the PWSC Manager and the Contracting Officer for payment processing through the applicable Defense Finance and Accounting Service (DFAS) Office. All charges shall be VAT exempt. 1.3.3 The contractor shall report to the 48th Contracting Squadron Office the total amount invoiced on all calls issued under this agreement on a quarterly basis. 1.3.4 The contractor shall provide a web based account management program. Each PWCS manager requires the ability to view their own accounts, while restricting access to other organization's information. 1.3.5 The contractor shall provide a primary and alternate point of contact( account manager) which will be other than their commercial customer service line. This P.O.C. shall be responsible for, but not limited to, new connections, disconnections, billing queries, account management, telephone fault reporting, outages, PUK codes, and customer complaints. The contractor shall provide a personnel escalation list. 1.3.6 The contractor shall provide capability to bar access, such as limiting calls to a local area, extending calls to a specific geographic region, or preventing premium rate numbers calls. The contractor shall provide a means to bar calls once a user reaches a spending limit established by the Government. Unsolicited text messages shall be traced and barred upon notification by the Government (i.e. spamming). 1.3.7 The contractor's invoice shall break down all charges for peak and non-peak times such as, but not limited to: Text messages sent and received Data port Voicemail retrieval Overseas calls (roaming charges), sent and received Calls between CTs on contract Call from CT to non-contract CT 2.0 SERVICES SUMMARY Performance Objective PWS para. Ref Performance Method Performance Threshold Provide acceptable network coverage/performance within the required area 1.1.5 Complaints to Contractor No more than 1 complaint per 30 phones per month per base Provide response to individual's queries/complaints within 24 hours 1.1.7 Complaints to Contractor No more than 1 complaint per 30 phones per month per base Deliver SIM Cards within three (3) UK business days. 1.2.4 Complaints to Contractor No more than 1 complaint per month per base Deliver emergency ordered SIM Cards within one (1) UK business day 1.2.4 Complaints to Contractor No more than 1 complaint per month per base Customer support available by telephone during business hours, evenings, weekends and public holidays 1.2.7 Complaints to Contractor No more than 1 complaint per month per base Response to service outages received within one (1) hour 1.2.7.3 Complaints to Contractor No more than 1 complaint per month per base Resolution of service outages within four (4) hours 1.2.7.3 Complaints to Contractor No more than 1 complaint per month per base 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1 Each organization requiring services under this contract will identify designated points of contact to the PWCS Manager. Whenever a service is required by one of the designated points of contact, the PWCS Manager (authorized caller) will then place a call to the contractor. However, the requiring activity will be responsible for payment via the use of GPC. The PWCS Manager(s) will be responsible for coordinating placement of orders for additional CT services, cessation of existing CT services and other matters as required. 3.2 Except for those items or services specifically identified as Government furnished, the Contractor shall furnish everything needed to perform this contract according to all its terms and conditions. 4.0 GENERAL INFORMATION 4.1 Estimated quantities of operational (connected to network) CTs per contract year. RAF Lakenheath - 150 RAF Mildenhall - 150 RAF Feltwell - 10 TOTAL - 310 NOTE: 1. These quantities are estimates and are intended for planning purposes only. While they are provided in good faith they are not to be construed as any form of guaranteed service level commitment. 4.2 Performance of Service during crises declared by the National Command Authority or Overseas Combatant Commander. There is no specific CT service hours-of-operation required during declared crises other than the existing commercial service. The only exception would be the one (1) day response time for ordered services/equipment as addressed in paragraph 1.2.4. 4.3 Authorized Ordering Activities: 4.3.1 Only PWCS Managers and Contracting Officers may place individual calls within the terms and conditions of this agreement. 4.3.2 Payment for services requested will be made by each organization's Government-Wide Purchase Card holder or through the centralized billing POC. Refer to paragraph 1.3.2 4.4 Points of Contact. 4.4.1 The PWCS Managers are primary points of contact for all technical issues, ordering of CT SIM Cards and services identified in this statement of work via placement of a call. The 48th Contracting Squadron Office retains administrative authority. 4.5 Ordering Limitations. 4.5.1 The maximum ordering limitation set forth for Government-Wide Purchase Card orders is $25,000, or pound equivalent, per card. 4.6 Government Receiving Process. 4.6.1 Upon receipt of billings from the contractor either the PWCS Manager or the owning organization are responsible for reviewing the invoice for accuracy and concurrence with the terms and conditions of the contract. 4.6.2 If the payment method is by the Government-Wide Purchase Card the owning organization or central POC will coordinate payment with the contractor as applicable immediately upon review of the bill but not to exceed 30 calendar days. Any errors in billing will result in an extension of 90 days to the due date in order to resolve the error; once an accurate invoice has been received, the bill will be paid within 30-calendar days. 4.7 Remedies 4.7.1 The standard commercial terms relating to contractor's liability in the event of network failure shall be incorporated. 4.7.2 In the event the customer is unable to use all of the services for a continuous period of 24 hours because there is a technical failure of the Network; the Network is being tested, modified or maintained; or the contractor is denied access to the Network; the Customer shall receive a credit against the monthly (or other periodic) line rental charge. The credit will represent that part of the monthly (or other periodic) line rental charge for the period of suspense. Appendix I Tri- Base Area is defined as the area between RAF Lakenheath, RAF Mildenhall and RAF Feltwell. Address information for Each Base: RAF Lakenheath, Suffolk, IP27 9PN RAF Mildenhall, Suffolk, IP28 8NG RAF Feltwell, Norfolk, IP26 4HL Appendix II Tower specifications and locations at RAF Lakenheath 7 masts/towers suitable for transmitter installation at RAF Lakenheath, pending Comm. Sq approval. All masts/towers have been inspected to ensure safety of the structure and any fixed attachments, IAW Provision and Use of Work Equipment Regulations 1998 (PUWER) Attachment II Pricing Matrix Mobile Domestic Call Charges Call Type Call Charge (peak) Call Charge (off-peak) Call Charge (Weekend) National Calls Provider to provider Provider to other networks SMS Messages (Each) Voicemail retrieval International and Roaming Call changes Zones UK Outbound Back to UK In Country In Zone Out of Zone Received Roaming Text Messages Details of each Zone Zones Countries International Data Charges Zone Charges (per MB) Data Tariffs Data Tariff Monthly Line Rental Charge Inclusive Data Carry over unused MB? Any additional Data charges Includes Wifi? Any additional add on packages Add on Package What's included? International add on packages Add on Package What's included? Any other pricing information: Price list is valid from ________________________ to ________________________ In the event of a price change prior to the price expiration date 15 days' notice will be provided to the Contracting Officer prior to the change taking effect.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d3706750c23c082fa09822ccd0088ccc)
- Place of Performance
- Address: RAF Lakenheath, RAF Mildenhall, RAF Feltwell, United Kingdom
- Record
- SN03656582-W 20150304/150302235302-d3706750c23c082fa09822ccd0088ccc (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 |