SOLICITATION NOTICE
R -- Laboratory Animal Care and Husbandry - Attach #4 DFARS 252.209-7991 Provision - Attach # 3 FAR 52.213-3 Provision - Attach# 1 - PWS - Attach # 2 DOL Wage Determination
- Notice Date
- 5/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-16-T-0095
- Archive Date
- 6/21/2016
- Point of Contact
- Shaun M. Bright, Phone: 719-333-3600, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
shaun.bright@us.af.mil, Diana.South@us.af.mil
(shaun.bright@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 2015 DOL Wage Determination Performance Work Statement Fill in provision - FAR 52.213-3. Contractors are required to complete this if reps and certs are not completed at www.sam.gov. Fill in provision - DFARS 252.209-7991. Contractors are required to complete this provision and submit with their quote. Combined Synopsis/Solicitation IAW FAR 12.603 This combined synopsis/solicitation is for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as solicitation number FA7000-16-T-0095, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-88, effective 16 May 2016. The North American Industry Classification System Code [NAICS] is 541940 and the business size standard is $7.5 million in average annual receipts. The acquisition is a 100% SB set aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). The government bares no legal liability for bid cost associated with this request for quote. Vendors should not submit a quote unless they are willing to absorb all cost associated with submitting a quote. This solicitation is being issued in accordance with (IAW) FAR Parts 12 and 13 as a Request for Quote. IAW FAR 13.004, in all instances throughout this solicitation any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". All instances of the word "award" should be understood as "order". Quotes supplied in response to this solicitation are not binding. The requirement will be awarded to the Quoter IAW 52.212-2, found herein. Please read and comply with all requirements for submitting a quote under the solicitation instructions and the addenda to FAR 52.212-1. Failure to comply with all instructions contained within this synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. I. DESCRIPTION OF SERVICE The USAF Academy has a requirement for an Animal Caretaker to provide animal care and husbandry services for the Department of Behavioral Sciences and Leadership Laboratory Rat Colony in accordance with the Performance Work Statement (PWS) (attachment #1). The awarded contract will consist of a base plus four (4) one-year options. II. SOLICITATION INSTRUCTIONS Quotes must comply with all instructions contained in the addenda to FAR 52.212-1, Instructions to Offerors--Commercial Items (listed below). The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Quotes and contract documentation is requested by 10:00 am Mountain Daylight Time (MDT), 6 June 2016 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes by e-mail to the attention of Shaun Bright, Contract Specialist at 719-333-3600 at email address shaun.bright@us.af.mil. In his absence, please contact Diana Myles-South, Contracting Officer at 719-333-8650 at email address diana.south@us.af.mil. Price Quote: list the cost for annual services for each contract line item (CLIN) in accordance with the attached Performance Work Statement. CLIN Description Qty Unit Unit Price Total 0001 Animal Care Services 12 Months $________ $________ Contractor shall provide Animal Care Services and laboratory cleaning IAW the PWS (attachment #1). Base Period of Performance - 1 July 2016 to 30 June 2017. 1001 Animal Care Services 12 Months $________ $________ Contractor shall provide Animal Care Services and laboratory cleaning IAW the PWS (attachment #1). Option Year One Period of Performance - 1 July 2017 to 30 June 2018. 2001 Animal Care Services 12 Months $________ $________ Contractor shall provide Animal Care Services and laboratory cleaning IAW the PWS (attachment #1). Option Year Two Period of Performance - 1 July 2018 to 30 June 2019. 3001 Animal Care Services 12 Months $________ $________ Contractor shall provide Animal Care Services and laboratory cleaning IAW the PWS (attachment #1). Option Year Three Period of Performance - 1 July 2019 to 30 June 2020. 4001 Animal Care Services 12 Months $________ $________ Contractor shall provide Animal Care Services and laboratory cleaning IAW the PWS (attachment #1). Option Year Four Period of Performance - 1 July 2020 to 30 June 2021. Addenda to FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015): 1. General Instructions. To assure timely and equitable evaluation of quotes, the quoter must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of four (4) separate parts; Part I - Price Quote, Part II- Past Performance, Part III -Technical Documentation, and Part IV - Contract Documentation. 2. Specific Instructions. 1. PART I - PRICE QUOTE - Submit on company letterhead the unit price for each line item to include extended price with an overall total price. The quote must be submitted for a base period plus four (4) option years. Provide any other information to support the quote meeting the evaluation criteria of reasonable price and affordability. 2. PART II - TECHNICAL DOCUMENTATION - Submit the following information: a. Manning/Staffing Plan to support operations in accordance with the PWS. b. Contingency Plan to explain how staffing shortages will be managed and short notice increases in service accomplished. 3. PART III - PAST PERFORMANCE. Submit references for three projects associated with animal care and husbandry services with phone and e-mail contact information and brief description of the project to include contract number, if applicable. 4. Part IV - CONTRACT DOCUMENTATION (Representation and Certification). (a) The provision at FAR 52.212-3, Offeror Representations and Certifications - commercial Items (Mar 2015) and its Alternate I (Alt I) (Oct 2014) must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at: (http://www.sam.gov). If not completed online, 52.212-3 Alt I shall be completed in hard copy and submitted with quote, which this provision is included within this solicitation. This provision is included as attachment #3. (b) The provision at DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-00002) (Oct 2015) must be completed and returned with quote. This provision is included as attachment #4. (c) Price quotes must be Firm-Fixed Price. (d) The System for Award Management (SAM), contractors must be registered with SAM to conduct business with the Department of Defense. A purchase order cannot be awarded to any company without this registration (www.sam.gov). (e) Provide a written statement that the quote incorporates all amendments to the solicitation (if applicable). FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) a. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: I. Price. II. Technical Evaluation. III. Past Performance. b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Paragraph c is not applicable as shown below: c. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Addendum to FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). BASIS FOR CONTRACT AWARD: This is a competitive acquisition in accordance with FAR Parts 12 and 13. The evaluation process will proceed as follows: 1. Price Evaluation. a. The government shall rank all responsive quotes by price, including option price. Award will be made based on the contract line item prices proposed by the vendor. The extended amounts will be added together to determine the total evaluated price. The unit price of the vendor's quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. No advantage will accrue to a vendor who proposes to perform the work for an unrealistically low price. The lowest price quote may not necessarily be selected. Failure to quote for any item in the Price Schedule may cause the vendor's quote to be rejected as non-responsive. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price (TEP). b. The evaluated price will include consideration of pricing for the extension of services under clause 52.217-8. For each base and option period, the government will divide the proposed price for each period by the number of months of performance to arrive at a monthly rate. The final evaluated price will include the proposed price plus 6 months of services at the monthly rate for the base and all option periods. Award will be made based on the contract line item prices proposed by the quoter initially. 2. Technical Evaluation. a. The Government will evaluate quotes for technical acceptability on an Acceptable/ Unacceptable basis. All technical criteria must be rated "Acceptable" to be considered technically acceptable. b. The technical factors will receive one of the following ratings listed below: Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meets the minimum requirements of the solicitation. c. The quote will be evaluated based on a Manning/Staffing Plan to support operations in accordance with the PWS. Measure of Merit: Plan provides acceptable support to daily operations as presented in the PWS, Description of Services. 3. Past Performance. a. The purpose of the past performance evaluation is to assess the degree of confidence the Government has in the quoter's ability to provide services that meet the requirements outlined in this solicitation using the quoter's demonstrated record of performance. Past Performance will be evaluated as acceptable, unacceptable, or unknown. The government may use sources other than those provided in response to this solicitation, such as information obtained from FAPISS, PPIRS, and SAM. Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the offeror has no recent/relevant peformance record. Unacceptable Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. b. Quoters are cautioned to submit sufficient information to permit a meaningful assessment of past performance. Quoters may be asked to clarify certain aspects of their quote or respond to adverse past performance information to which the quoter has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports an "Unacceptable" rating or any unfavorable comments received from sources. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for a quote revision. c. The government reserves the right to award a contract to other than the lowest priced quote if the lowest priced quoter is judged to have a performance assessment rating of "Unacceptable". In that event, the source Selection Authority shall make an integrated assessment best value award decision. 4. Best Value Decision. The Contracting Officer shall make an integrated assessment best value award decision considering all responsive quotes. The Government will award to the vendor whose quote represents the best performance for an affordable price. The Government reserves the right to award one or no contract at all, depending on the quality of quotes submitted. (End of Addendum) III. CONTRACT CLAUSES FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015 ) applies to this acquisition. Addendum to 52.212-4 - Text in paragraph (c) is deleted and replaced with the following: (c) Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) (Mar 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (Apr 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) 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 (Feb 2016) (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 (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 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). (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. (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. FAR 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. The price for extended services is based on the price of the CLIN specified in the contract under period of performance in effect when this option is exercised. The price for any period for which this option is exercised is determined as follows: CLIN price divided by number of months in performance period multiplied by the number of months for which service is being extended. Base period: CLIN 0001 Period of Performance - 1 Jul 16 to 30 Jun 17 Option 1: CLIN 1001 Period of Performance - 1 Jul 17 to 30 Jun 18 Option 2: CLIN 2001 Period of Performance - 1 Jul 18 to 30 Jun 19 Option 3: CLIN 3001 Period of Performance - 1 Jul 19 to 30 Jun 20 Option 4: CLIN 4001 Period of Performance - 1 Jul 20 to 30 Jun 21 FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Laboratory Animal Caretaker I WG-5 $11.70/hr 36.25% (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil The following clauses are incorporated by reference : 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Governments Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Equal Opportunity for Workers w/Disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combat Trafficking in Persons (Mar 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Contractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) (End of clause) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six-position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. 2-in-1 Invoicing. (2) Inspection/acceptance location. The Contractor shall select the following inspection/ acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Service Approver DoDAAC F4BWE0 Service Acceptor DoDAAC F4BWE0 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. diana.south@us.af.mil (Contracting Officer) shaun.bright@us.af.mil (Contract Specialist) (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. diana.south@us.af.mil (Contracting Officer) shaun.bright@us.af.mil (Contract Specialist) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 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 Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: james.anderson@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5342.242-9000 Contractor Access to Air Force Installations (Nov 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, and refer to USAFA A-01 "Contractor Access to USAFA" 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 citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) IV. CONTRACT PROVISIONS FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Apr 2016), Alternate I (Oct 2014) (See Attachment #3) DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-00002) (Oct 2015) (See Attachment #4) PROVISIONS PROVIDED BY REFERENCE DFARS provisions cited by reference that are applicable to this acquisition are: 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2015-O0001)(Oct 2015) 252.204-7011 Alternative Line-Item structure (Sep 2011) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) ATTACHMENTS Attachment #1 - Performance Work Statement (PWS), 11 May 2016, 7 pages Attachment #2 - DOL Wage Determination No. 2015-5417, 10 pages Attachment #3 - Contract Provision, FAR 52.212-3, 19 pages Attachment #4 - Contract Provision, DFARS 252.209-7991, 1 page
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-16-T-0095/listing.html)
- Place of Performance
- Address: USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Record
- SN04128794-W 20160527/160525234728-731e7cf2f5ed7fb6da2227bcdc471f2a (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 |