Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOLICITATION NOTICE

53 -- Tamperproof Bolts and Nuts with tool/key

Notice Date
6/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI)(JMTC-RIA), Rodman Avenue Bldg 210, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
W9098S15O5010
 
Response Due
6/4/2015
 
Archive Date
8/3/2015
 
Point of Contact
Jessica Phillips, 309-782-2001
 
E-Mail Address
ACC - Rock Island (ACC-RI)(JMTC-RIA)
(jessica.m.phillips.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (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; proposals are being requested and a written solicitation will not be issued. (ii) The combined synopsis/solicitation number is W9098S-15-O-5010. The solicitation is issued as a request for quotation (RFQ). Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register online at www.SAM.gov. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-81. (iv)This requirement is an unrestricted procurement. The associated North America Industry Classification System (NAICS) Code is 332510 and the Business Size Standard is 500. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001 ITEM: 3/8 -16 X 3 Bolt (Minimum 1 quote mark thread to fully threaded) UNIT OF MEASURE: EA QUANTITY: 2000 0002 ITEM: 3/8-16 X 3 Nut UNIT OF MEASURE: ea QUANTITY: 2000 0003 ITEM: Nut Tool/Key UNIT OF MEASURE: ea QUANTITY: 110 0004 ITEM: Bolt Tool/Key UNIT OF MEASURE: ea QUANTITY: 110 (vi) Description of Requirement: 0001 & 0002: High Security, Tamperproof/resistant bolt; reusable, stainless steel; mates with CLIN 0002 nut, installed with CLIN 0003 special tool/key. High Security, Tamperproof/resistant nut; reusable, stainless steel; mates with CLIN 0001 bolt, installed with CLIN 0004 special tool/key. Certificate of Conformance (COC) required with each shipment. Plating Options: Option A: Black Oxide (Preferred) Option B: Stainless Steel Only Option C: Cadmium Yellow Chromate Option D: Other Corrosion Resistance Plating - Please Specify. 0003 Tamperproof/resistant tool/key (Controlled combinations key sold to only authorized personnel) for CLIN 0001 bolt. Certificate of Conformance (COC) required with each shipment. 0004 Tamperproof/resistant tool/key (Controlled combinations key sold to only authorized personnel) for CLIN 0002 nut. Certificate of Conformance (COC) required with each shipment. (vii) Delivery Date: June 19, 2015 Acceptance: Destination. FOB: Destination to Rock Island, IL 61299 (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1 In accordance with 52.212-1(b) (4) Please submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. In accordance with 52.212-1(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. INCORPORATED BY REFERENCE 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 CLAUSES INCORPORATED BY FULL TEXT 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 (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulations Supplement, Dept. Of Defense. (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of provision) END OF ADDENDUM TO 52.212-1 (ix) FAR 52.212-2, Evaluation - Commercial Items AWARD WILL NOT BE MADE BASED ON PRICE ALONE, BUT ON AN INTEGRATED ASSESSMENT OF TECHNICAL AND PRICE. In accordance with 52.212-1(g), the Government may accept other than the lowest offer. (1)Price: The Government will evaluate quotes based on prices quoted in the paragraph (v) of this solicitation. (2)Technical: The Government will evaluate quotes based on the requirement description as described in paragraph (v). The preferred option is a black oxide coated tamperproof/resistant bolt and nut with a controlled access tool/key. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition please include a completed copy of the provision with your quote. (The full text of this clause may be accessed electronically at this address: http://farsite.hill.af.mil.) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-4 CLAUSES INCORPORATED BY REFERENCE 52.232-11 Extras APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.246-15 Certificate of Conformance APR 1984 52.246-16 Responsibility For Supplies APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 CLAUSES INCORPORATED BY FULL TEXT 52.0000-4002 SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION (OCT 2007) 1. THE COMPLETE 13-DIGIT PURCHASE ORDER, DELIVERY ORDER, OR CONTRACT NUMBER (The Number that starts with W9098S----) MUST BE ON THE OUTSIDE OF THE SHIPPING CONTAINER. This number must also appear on all packing slips, invoices, bills, or any communications regarding this order. 2. A Packing List must be included with each shipment. 3. Any excess quantity delivered that is not covered by a Variation in Quantity clause is subject to rejection. 4. SHIPMENT OR DELIVERY TO ANY ADDRESS OTHER THAN THE quote mark SHIP TO quote mark ADDRESS DESIGNATED IN THE PURCHASE ORDER/DELIVERY ORDER/CONTRACT (Block 14 of the DD1155, Block 15 of the SF1449, or Block 11 of the SF 26) MAY RESULT IN A DELAY IN PAYMENT. 5. ANY CHANGE IN THE quote mark SHIP TO quote mark ADDRESS MUST BE APPROVED BY A WRITTEN CONTRACT MODIFICATION FROM THE CONTRACTING OFFICER. 6. Information from FAR clause 52.232-25, Prompt Payment (FEB 2002), Paragraph (a)(5)(i): For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance is deemed to occur constructively on the 7th day (unless otherwise specified in this contract) after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. If actual acceptance occurs within the constructive acceptance period, the Government will base the determination of an interest penalty on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. (End of Provision) 52.0000-4003 SAFETY & SECURITY NOTICES (JUL 2005) ARSENAL ISLAND SAFETY REQUIREMENTS 1. All Contractors and Contractor personnel coming on to Arsenal Island must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA/JMTC), other Arsenal Island safety requirements and all federal, state, and local safety laws and regulations. 2. Contractors must provide their employees with, and the employees must use, all required safety equipment necessary for the work they are performing and/or the areas they are in. 3. This includes safety glasses, safety shoes, proper clothing, proper protective equipment and rigging. 4. All drivers on Arsenal Island must use seatbelts at all times when driving a motor vehicle. 5. If in doubt about any safety requirements, contact the Safety Office, AMSTA-RI-SF, 309-782-0207. PHOTOGRAPHIC EQUIPMENT RESTRICTIONS Reference: Commander's Policy Memo A-23, 18 March 2004. There are restrictions on the use of photographic devices in all non-public areas of Arsenal Island. This includes digital cameras, cell phones and PDAs with cameras. You must get permission from the Security and Intelligence Division, AMSTA-RI-FPS, second floor, bldg. 102, 309-782-2871, to use any type of photographic device in any non-public area on Arsenal Island. (End of Notices) 52.0000-4035 ROCK ISLAND ARSENAL SAFETY, LAW ENFORCEMENT, SECURITY, AND FIRE PREVENTION REQUIREMENTS/REGULATIONS (AUG 2004) THIS CLAUSE APPLIES WHEN THE CONTRACTOR ENTERS ROCK ISLAND ARSENAL ISLAND. a. ROCK ISLAND ARSENAL SAFETY, LAW ENFORCEMENT, SECURITY, AND FIRE PREVENTION REQUIREMENTS. Any contractor personnel entering Rock Island Arsenal (RIA) as the result of this order/ contract are required to adhere to all regulations governing safety, law enforcement, security, and fire prevention in effect at the time of entrance. Failure to comply with said regulations may result in immediate removal from RIA. The contractor shall bear full responsibility of the consequences of said removal. Further clarifications of RIA regulations are available from the Contracting Officer for this order/contract. b. SECURITY REGULATIONS. The contractor and employees shall meet the following special security conditions. 1. SECURITY BADGES: ALL CONTRACTORS who are performing construction or service work within the confines of Rock Island Arsenal will be required to obtain a Security Badge. Contractor personnel will, prior to or on the beginning date of work, report to the Security and Intelligence Division specified below. The type of badge issued and authorization for the badge will depend on the duration of the contract. (a) Temporary Badges will be issued at the Security Desk located in building 23 when the contract is less than 30 days in duration. Prior to the badge being issued, the contractor will complete a SIORI Form 190-31, Validation Pass. Security personnel will then obtain verbal authorization from the Contracting Officer (CO), Contractor Officer Representative (COR) or the Contractor Authorized to Sign (CAS), as appropriate, to issue a badge to a contractor. (b) Permanent or picture-type installation badges will be issued at the Security Desk located in building 102 when the contract exceeds 30 days in duration, the contractor is employed full-time on Arsenal Island (4-5 days a week) and resides in the local community (within 100 miles). The contractor will complete a SIORI Form 190-24 (Contractor Employee Record) and the record will be signed by the CO, COR or the CAS, as appropriate. Upon completion, a badge will be issued for the duration of the contract, however, a badge will not be issued for longer than a five year period. (c) Lost badges will be reported to the Security Desk at building 23 as soon as possible. Contractors with permanent picture-type badges will receive a temporary two- week badge to allow sufficient time for the badge to be found. If the badge has not been found after the two-week period, a Lost Badge Report will be completed by the contractor, and a new permanent picture-type badge will be issued. (d) Contractors are required to display installation badges above the waist in a conspicuous place on the upper part of the body on the outer clothing. Security badges are accountable and are required by the recipient to be safeguarded at all times to prevent theft, loss or misuse by unauthorized personnel. (e) All badges must be retrieved upon completion of the contract, or any other circumstances that eliminate the requirement for access to the installation by the contractor. It is the responsibility of the CO, COR or CAS to ensure the badges are collected and returned to either Security Desk. 2. DOD DECALS. (a) Vehicle registration and the display of the DoD decal is required for contractor employees who are employed full-time on Arsenal Island (4-5 days a week) and reside in the local community (within 100 miles). Registration requirements include possession of a valid state driver's license, supported by a RIA badge and possession of a current, original certificate of state registration, as required by the state in which the vehicle is registered. (b) Contractor personnel registering a motor vehicle must comply with the automobile insurance laws of the State in which the vehicle is registered. Registration also implies knowledge of the requirement to remove and return the decal when registration is terminated, the owner sells or disposes of the vehicle, employment is terminated, or suspension or revocation of driving privileges has occurred. (c) Vehicle registration and installation decals is not required for bicycles, motorcycles, company or off-road vehicle. (d) All decals must be retrieved upon completion of the contract, or any other circumstances which eliminate the requirement for access to the installation by the contractor. It is the responsibility of the CO, COR or CAS to ensure the decals are collected and returned to either Security Desk. 3. PARKING. (a) Parking is on a first-come, first served basis, provided the parking space is not posted with a reserved, visitor or handicapped parking sign. Parking is allowed in quote mark marked quote mark spaces only. (b) All valid spaces are clearly marked with white lines on both sides of the space. Vehicles parked in other than valid spaces are subject to being issued a parking ticket. 4. NON U.S. CITIZENS: (a) Foreign Nationals must be escorted by an installation employee who is a US Citizen at all times when in installation work areas. Security badges will be marked quote mark Escort Required in All Areas quote mark. AMCMI is the approval authority for granting access to foreign nationals to AMC information systems. (b) Immigrant Aliens must be escorted by a government employee who is a US Citizen at all times when in installation restricted areas. Security badges will be marked quote mark Escort Required in Restricted Areas quote mark. AMCMI is the approval authority for granting access to immigrant aliens to AMC Information Technology (IT) systems. 5. Information Technology (IT) Positions and/or Processing Information within IT Systems. (a) Every contractor employee within the Department of Defense whose duties require access to IT Systems will have their positions identified by the government as either Information Technology (IT) I, II or III. Those contractor personnel identified as IT I, II and III will require a favorably completed security investigation as listed below. Completed forms will be submitted by the contractor to the Office of Personnel Management (OPM). Only after the investigation has been favorably completed will the contractor be given permanent access to the system. Temporary access may be authorized if the contractor provides a copy of the submitted investigation for the Security and Intelligence Division (AMSTA-RI-FPS) to review. (1) IT-I Definition. Responsible for designing Army IT Systems. Investigation requirements: Single Scope Background Investigation. (2) IT -II DEFINITION. Responsible for designing programs and/or administering systems in support of Army Information Assurance (IA). Investigation requirement: National Agency Check. (3) IT-III Definition. Duties requiring a login ID and password for access to an Army IT System. Investigation requirement: National Agency Check. (b) The contractor will ensure that investigations are returned to the quote mark Commander, Rock Island Arsenal, ATTN: AMSTA-RI-FPS, Rock Island, IL 61299-5000 quote mark. (c) Electronic forms and instructions are available at www.dss.mil. (d) Unfavorable Information: When unfavorable information is received by the government, the subject of that unfavorable information may be denied access until the information is adjudicated by the government. 6. UNESCORTED ACCESS TO RESTRICTED AREAS. Contractors whose duties have been designated by the government as requiring unescorted access to restricted areas must provide proof of a favorably completed personnel security investigation equivalent to an ADP III position as specified above. 7. ELECTRONIC ACCESS. The COR must coordinate, request and issue electronic access keys for contractor personnel. Contractor personnel must report the loss of electronic keys immediately. c. SAFETY REGULATIONS. When the project location is inside of a manufacturing building where all employees and visitors are required to wear approved safety glasses, all contractor and subcontractor personnel are required to wear safety glasses on the project site. d. RESTRICTED AREAS. Contractor's personnel will not be allowed within he restricted areas of the Arsenal without proper identification and authorization. Also, upon ingress/egress, their vehicles will be subjected to vehicle inspection by the regularly appointed guards of Rock Island Arsenal. e. REMOVAL OF CONTRACTOR OR GOVERNMENT-FURNISHED PROPERTY. The following procedures are prescribed for the issuance of passes for removing contractor owned material and equipment which has been brought onto the Arsenal by authorized contractors for use in accomplishing work under a contract, or Government-furnished property which, under the terms of a contract, may properly be removed by the contractor. 1. It will be the responsibility of the contracting officer, or designated inspector to determine that property being removed by a contractor is property of the contractor, or Government-furnished property being removed under the terms of the applicable contract. In case Government-furnished property is involved, it will be the responsibility of the individuals designated above to insure that all accounting papers prescribed by the contract or other regulations have been completed before the contractor is permitted to remove the property. 2. The individuals designated for the purpose, will prepare and sign a Property Pass, DA Form 1818, which will contain the name of the contractor, the contract number, a listing of the property in sufficient detail to permit identification. The guard on duty at the exit gate will retain the pass and turn it in at the Police Station. NOTE: The guards will not allow removal of contractor's property unless covered by the above pass. It is the contractor's responsibility to obtain the pass from the contracting officer's designated representative. f. INSPECTION. All contractor and contractor employees' vehicles, equipment, and packages are subject to inspection or examination at entry/exit of the Arsenal. Security personnel/police will conduct inspection deemed necessary to enforce security requirements. g. SMOKING POLICY. 1. Indoor smoking is not allowed in any workplace building on Arsenal Island. 2. Only the cafeterias and the Arsenal Club have designated indoor smoking areas available. 3. Outside smoking must occur at least 50 feet from building entrances and exits. 4. Contractors are required to enforce DOD/RIA 'No Smoking' rules for the Contractor's employees. h. RADIOACTIVE MATERIALS AND RADIATION GENERATING EQUIPMENT. The Rock Island Arsenal Radiation Protection Program requires the Radiation Protection Officer (RIA-RPO) to have full knowledge of the location of radioactive materials and radiation generating equipment. Contractors and any other non-Army activities operating on the installation shall inform the RPO of any radioactive sources or equipment which generates ionizing radiation. i. EMERGENCY MEDICAL TREATMENT. 1. The Rock Island Arsenal (RIA) Health Clinic, Bldg. 110, can provide medical care only for Government employees for work-related matters. Contractor employees are not eligible for routine health care at the RIA Health Clinic. 2. The RIA does have ambulance service and paramedics available for emergencies. In the event of a medical emergency (serious accident or illness), the RIA Health Clinic will care for any patient until other arrangements can be made. 3. Contractors shall inform all employees working at RIA of the following: (a) Limitations upon health care at the RIA Health Clinic. (b) Company policies and procedures for obtaining health care for work-related injuries or health problems. (c) Emergency Phone Number For Rock Island Arsenal: Dial 911. DIAL 911 FOR AMBULANCE, FIRE, MEDICAL EMERGENCIES APPENDIX Force Protection Directorate (AMSTA-RI-FP) TO WHOM IT MAY CONCERN The following information is required to expedite the work you will be performing on Rock Island Arsenal. Please read the instructions carefully, and provide the information requested utilizing the attached contract. COMPANY NAME: COMPANY ADDRESS: CONTRACT NUMBER: INCLUSIVE DATES OF CONTRACT: WORK AREAS (Building Numbers): HOURS OF OPERATION: CONTRACTING OFFICER REPRESENTATIVE: CONTRACTOR'S SUPERINTENDENT (Name, Address, Phone Number): ESTIMATED NUMBER OF CONTRACTOR EMPLOYEES: NAME AND PHONE NUMBER OF INDIVIDUAL COMPLETING THE ABOVE INFORMATION: If you will be employing SUBCONTRACTORS, please forward a copy of this letter to each subcontractor company and ensure they respond appropriately. The above information is to be forwarded to the Security Management Office prior to the start of the contract. At the completion of the project, ALL badges MUST be returned to the Security Desk in Building 102, second floor. If you have any questions or concerns, feel free to contact the security desk (309) 782-0551. (End of Appendix) (End of clause) 52.0000-4148 COMMERCIAL PACKAGING, PACKING AND MARKING INSTRUCTIONS (OCT 1990) (a) Material shall be prepared and packed for shipment in accordance with standard commercial practice (Level C) sufficiently protected to arrive in good condition. (b) Marking of Shipments. In addition to markings required for transportation, shipping labels and documents shall include the contract or purchase order number. Individual piece markings shall comply with industry standards. (End of clause) 52.0000-4934 DISCLOSURE OF UNIT PRICE INFORMATION (JUN 2005) This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals. (End of clause) (PADDS AS7909) (TACOM-RI 52.204-4505) 52.0000-4943 NOTIFICATION OF VENDOR PERFORMANCE EVALUATION (Feb 2011) This contract will be evaluated on vendor performance in the following categories: Overall, Product/Service Quality, and Compliance with Contract, Delivery Schedule Met, and Performance within Price Range. A letter will be sent if performance of the contract is quote mark Unsatisfactory quote mark in any category. Copies of the Vendor Performance File can be requested for review. Send requests for Vendor Performance Files to the Contract Specialist listed on the first page of the solicitation/contract. (End of Notice) 52.211-16 VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 5 Percent increase 0 Percent decrease This increase or decrease shall apply to 0001-0002. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations Supplement, Department of Defense (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (Contracting Officer: Insert applicable document type(s). Note: If a quote mark Combo quote mark document type is identified but not supportable by the Contractor's business systems, an quote mark Invoice quote mark (stand-alone) and quote mark Receiving Report quote mark (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (Contracting Officer: Insert inspection and acceptance locations or quote mark Not applicable quote mark.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAACHQ0303 Issue By DoDAACW9098S Admin DoDAACW9098S Inspect By DoDAACW52H1B Ship To CodeW52H1B Ship From CodeN/A Mark For CodeN/A Service Approver (DoDAAC)N/A Service Acceptor (DoDAAC)N/A Accept at Other DoDAAC N/A LPO DoDAACN/A DCAA Auditor DoDAACN/A Other DoDAAC(s)N/A -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or quote mark See schedule quote mark if multiple ship to/acceptance locations apply, or quote mark Not applicable. quote mark ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the quote mark Send Additional Email Notifications quote mark field of WAWF once a document is submitted in the system. Jessica.m.phillips.civ@mail.mil (Contracting Officer: Insert applicable email addresses or quote mark Not applicable. quote mark ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Jessica.m.phillips.civ@mail.mil (Contracting Officer: Insert applicable information or quote mark Not applicable. quote mark ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) ENDOF ADDENDUM TO 52.212-4 (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. The following clauses apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). (xi) (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (End of clause 52.212-5) (xiii) Additional Terms and Requirements or Contract Requirements: The following clauses and/or provisions apply to this acquisition: INCORPORATED BY REFERENCE 52.204-16 Commercial and Government Entity Code Reporting NOV 2014 52.204-18 Commercial and Government Entity Code Maintenance NOV 2014 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7036 Alt I Buy American--Free Trade Agreement--Balance of Payments Program--Alternate I (Nov 2014) NOV 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: DPAS does not apply. (xv) The date, time, and place for submission of quotes is as follows: 4 June 2015 - 1159 (Local/CDT). Submit electronic offers (oral offers will not be accepted) via email Jessica.m.phillips.civ@mail.mil. Any offer received after the time set forth in this solicitation shall be late and will not be considered unless determined to be in the best interest of the government, as well as meeting the criteria set forth in FAR 52.212-1. Please provide all correspondence and/or questions pertaining to this synopsis/solicitation through email. (xvi) For further information regarding this solicitation, offerors can contact the following individual(s): Jessica Phillips, Contract Specialist, via email at jessica.m.phillips.civ@mail.mil. Rock Island Arsenal Joint Manufacturing & Technology Center Contracting Office, Attn: CCRC-IJ/Jessica Phillips, Rock Island, IL 61299.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b18ef8442faa43ba8dc0903e76ad4d0)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI)(JMTC-RIA) Rodman Avenue Bldg 210, 1 Rock Island Arsenal Rock Island IL
Zip Code: 61299-5000
 
Record
SN03753250-W 20150606/150604235548-6b18ef8442faa43ba8dc0903e76ad4d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.