Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
SOLICITATION NOTICE

S -- Grounds Maintenance and Landscape Services - Combined Synopsis Solicitation

Notice Date
2/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-16-T-JW99
 
Point of Contact
Jarrod Washington, Phone: (916)231-2857
 
E-Mail Address
jarrod.washington@dmea.osd.mil
(jarrod.washington@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Wage Determination # 2005-2055 Rev 19 HQ0727-16-T-JW99 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items and services 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86 effective 1 Feb 2016. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This combined synopsis/solicitation is being issued as a 100% Small Business set-aside, using North American Industry Classification System (NAICS) code 561730 -- Landscaping Services. The purpose of this task is to purchase landscaping services. This combined synopsis & solicitation notice is a request for competitive quotes. Therefore, all quotes from responsible sources prior to the RFQ close date will be considered by the Defense Microelectronics Activity (DMEA). ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months $_______________ $___________________ Landscaping Services for Bldgs 1 and 2 FFP Perform grounds maintenance/landscaping services iaw PWS 16-6C8 dated 8 February 2016, excluding para 3.2.7. FOB: Destination NET AMT $___________________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months $_______________ $___________________ OPTION Landscaping Services for Bldgs 1 and 2 FFP Perform grounds maintenance/landscaping services iaw PWS 16-6C8 dated 8 February 2016, excluding para 3.2.7. FOB: Destination NET AMT $___________________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months $_______________ $___________________ OPTION Landscaping Services for Bldgs 1 and 2 FFP Perform grounds maintenance/landscaping services iaw PWS 16-6C8 dated 8 February 2016, excluding para 3.2.7. FOB: Destination NET AMT $___________________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 12 Months $_______________ $___________________ OPTION Landscaping Services for Bldgs 1 and 2 FFP Perform grounds maintenance/landscaping services iaw PWS 16-6C8 dated 8 February 2016, excluding para 3.2.7. FOB: Destination NET AMT $___________________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 12 Months $_______________ $___________________ OPTION Landscaping Services for Bldgs 1 and 2 FFP Perform grounds maintenance/landscaping services iaw PWS 16-6C8 dated 8 February 2016, excluding para 3.2.7. FOB: Destination NET AMT $___________________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Lot OPTION Prepare landscape design plan Bldg 1 FFP Prepare and deliver a landscape design plan for bldgs 1 and 2 landscaped areas IAW PWS 16-6C8 para 3.2.7. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NET AMT Site Visit: DMEA plans a site visit for interested Contractors to visit the site and clarify any requirements. The site visit will be held on 9 March 2016 @ 0930 a.m. to 1100 a.m., those desiring to attend are limited to two personnel at the visit and both must be U.S. Citizens. Attendees will be required to provide proof of U.S. citizenship. Upon checking into the DMEA Building 1 (620) Lobby, located at 4234 54 th Street, McClellan, CA 95652-2100. Please have a current U.S. Passport or valid US drivers license and birth certificate. Interested parties must respond NLT 7 March 2016, and provide the following info for both attendees: (a) Name (b)Phone Number (c) Email address (d)Title/Position (e)Company worked for (f) Confirmation of U.S. Citizenship The contractor shall provide the same commercial warranties offered to the general public of the services being provided. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications—Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil ) FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. Each offeror shall provide a quote, for the services requested. The Government will award a Firm Fixed Price contract resulting from this solicitation to the offeror whose quote conforming to the solicitation represents the best value to the Government, price and other factors considered. See FAR 52.212-2, as provided by the solicitation for evaluation criteria. FAR Clause 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, has the lowest price and is technically acceptable. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3 Alt I, if they have not been completed in System for Award Management (SAM). The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. The work contemplated by this requirement will be performed at 4234 54 th Street, McClellan, CA 95652 Bldgs 1 & 2. Offers shall be received by the contract specialist by 0800 (Pacific Daylight Time) 21 Mar 2016. Offerors shall send their offers by email to Jarrod Washington at jarrod.washington@dmea.osd.mil. SOLICITATION PROVISIONS/CONTRACT CLAUSES: The following FAR & DFARS provisions and clauses apply to and are incorporated in the solicitation either by reference or in full text: 52.204-7 System for Award Management JUL 2013 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-3 Offeror Representations and Certification--Commercial Items NOV 2015 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (NOV 2015) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.217-8 Option to extend Services NOV 1999 52.217-9 Option to extend the term of the Contract MAR 2000 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan. MAR 2015 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 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 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements—Representation (Deviation 2016-O0003) OCT 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. OCT 2015 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7011 Alternative Line Item Structure APR 1984 252.204-7012 (Dev) Safeguarding Covered Defense Information and Cyber Incident Reporting JUL 2013 252.204-7015 Disclosure of Information to Litigation Support Contractors MAY 2015 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7017 Notice of Supply Chain Risk NOV 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations OCT 2010 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( 41 U.S.C. 4704 and 10 U.S.C. 2402). _ ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (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). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (Oct 2015) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT ® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT ® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (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). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). X (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) X (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) Submittal Instructions (JULY 2015) DMEA a. The Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) system via Wide Area Workflow (WAWF) 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. b. To access iRAPT, the Contractor shall— i) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and ii) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. c. 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 iRAPT. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/ d. WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. e. The Contractor shall submit Item Unique Identification IUID data “as part of the Material Inspection and Receiving Report” (as required by DFARS 252.211-7003) on delivered end items during the acceptance process. Access iRAPT via WAWF at https://wawf.eb.mil// Table 1 - Vendors shall select “Send More Email Notifications” in iRAPT to: Government Points of Contact Email address Contracting Officer Representative (COR)/Project Engineer/Manager and or Technician (buyer fillin) Contract Specialist or Contracting Officer (buyer fillin) iRAPT Administrator Zonel.Laborde@dmea.osd.mil or Marigil.Sabado@dmea.osd.mil WAWF MailBox contractingWAWF@dmea.osd.mil List any additional notifications (if needed) (or delete Row) (buyer fillin or delete Row) (1) Definitions: Acceptor : Contracting Officer’s Representative/Project Engineer/Program/Project Manager, or other government acceptance official. Pay Official : DFAS payment - HQ0748 SHIP To/Service Acceptor DoDAAC : - HQ0727 (2) iRAPT Contractor Input Information. The contractor shall input the selected Document Type creating electronic payment requests in iRAPT: (Buyer - selects one of the following and deletes this instruction) _X__ “Combo” for Materials and or Services ____ “2-in-1 Invoice” Services Only ____ “Performance-Based Payments (PBP)” Table 2 - For iRAPT Routing Information based on Contract Type Description SF 26 SF 33 SF 1442 SF 1449 DD 1155 Located In Block /Section Contract Number Delivery Order 2 See Individual Order 2 See Individual Order 4 N/A 2 4 1 2 CAGE Code 7 15a 14 17a 9 Pay DoDAAC 12 HQ0748 25 HQ0748 27 HQ0748 18a HQ0748 15 HQ0748 Inspection/Acceptance Section E or INSPECTION AND ACCEPTANCE Issue Date 3 5 3 3 3 Issue by DoDAAC 5 HQ0727 7 HQ0727 7 HQ0727 9 HQ0727 6 HQ0727 Admin DoDAAC 6 HQ0727 24 HQ0727 26 HQ0727 16 HQ0727 7 HQ0727 Ship To/Service Acceptor DoDAAC 6 HQ0727 24 HQ0727 26 HQ0727 16 HQ0727 7 HQ0727 Ship to Extension Do Not Fill In Services or Supplies Based on majority of requirement as determined by monetary value Final Invoice? Do not change “N” (no) to “Y” (yes) unless this is the last invoice and the contract is ready for closeout COR/Project Engineer The point of contact for the ship to address in Section F – Delivery Information (3) Invoices - Invoice 2-n-1 (Services Only) and Invoice and Receiving Report (Combo) and PBP: When submitting the final invoice for payment for a contract, select the “Y” selection from the “ Final Invoice?” drop-down box. Upon successful submission of the invoice, click on the Send More Email Notifications link to send to email addresses listed in Table 1 above. (4) Defense Finance and Accounting Service (DFAS) information maybe accessed using the DFAS website at http://www.dfas.mil/. Payment status information may be accessed using the myInvoice system in WAWF (myInvoice system requires registration in the WAWF system) or by calling the DFAS Columbus helpdesk at 800-756-4571(Select Option 2, then Option 2 again). The contract number and shipment/invoice number will be required to check payment status.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-16-T-JW99/listing.html)
 
Record
SN04033700-W 20160302/160229234423-70f537a5614283b6883aba8f148cdd7b (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.