Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

71 -- Brand Name Black & Decker (U.S.), Inc. Vidmar Cabinets - 2 Attachments

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-17-P-K088
 
Point of Contact
Rosann D. Knarreborg, Phone: (661) 277-9522, Monika B. Masei, Phone: (661) 277-7708
 
E-Mail Address
rosann.knarreborg.1@us.af.mil, monika.masei@us.af.mil
(rosann.knarreborg.1@us.af.mil, monika.masei@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Redacted Brand Name Justification Attachment 1 - Vidmar Parts List COMBINED SYNOPSIS/SOLICITATION FA9302-17-P-K088 Brand Name Black & Decker (U.S.), Inc. Vidmar Cabinets AFTC/PZIEB at Edwards AFB, CA is contemplating award of a purchase order for the Test Pilot School (TPS). This is a brand name requirement for customized Vidmar Cabinets and Workbenches with associated hardware required, (justification is provided at Attachment 2). (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA9302-17-P-K088 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 effective 19 Jan 2017, DFARS Publication Notice (DPN) 20161222 effective 22 Dec 2016, and Air Force Acquisition Circular (AFAC) 2017-0127 effective 27 Jan 2017 (iv) This acquisition allows for full and open competition with an associated NAICS code of 337127 - Furniture, factory-type (e.g., cabinets, stools, tool stands, work benches), manufacturing with a corresponding small business size standard of 500 employees. The associated Federal Supply Code (FSC) is 7125 - Cabinets. Lockers, Bins and Shelving. (v) L ist of items and quantities required: Part Number Description Color Qty AREA 1 VIDMAR CABINET, CONSISTING OF: 2 DW0340 HOUSING - DW0340 S22577 Light Blue 1 SDL3401 LOCK CYL, 1 KEY (AA2) 1 PTFDW PIERCED TOP FEATURE - DW S22577 Light Blue 1 DWSDD340 DOOR ASSY S22577 Light Blue 1 DWBP80 BOTTOM PAN - DW S22577 Light Blue 1 VIDMAR CABINET, CONSISTING OF: 3 DW0340 HOUSING - DW0340 S22577 Light Blue 1 SL10 LOCK CYL, 1 KEY ( A2) 1 PTFDW PIERCED TOP FEATURE - DW S22577 Light Blue 1 DW65 DRAWER - DW65 S22577 Light Blue 1 LDDW65DW1410 LD DW1410 for Drawer DW65 1 DW65 DRAWER - DW65 S22577 Light Blue 1 LDDW65DW1410 LD DW1410 for Drawer DW65 1 DW65 DRAWER - DW65 S22577 Light Blue 1 LDDW65DW1410 LD DW1410 for Drawer DW65 1 DW65 DRAWER - DW65 S22577 Light Blue 1 LDDW65DW1410 LD DW1410 for Drawer DW65 1 DW80 DRAWER - DW80 S22577 Light Blue 1 LDDW80DW1416 LD DW1416 for Drawer DW80 1 VIDMAR CABINET, CONSISTING OF: 3 DW0340 HOUSING - DW0340 S22577 Light Blue 1 RTDL340 LOCK CYL, 1 KEY (AA2) 1 PTFDW PIERCED TOP FEATURE - DW S22577 Light Blue 1 DWRTD340 DOOR ROLL-OUT TRAY DW340 S22577 Light Blue 1 DWRTS40 ROLL-OUT TRAY - DW S22577 Light Blue 1 DWRTS40 ROLL-OUT TRAY - DW S22577 Light Blue 1 DWRTS40 ROLL-OUT TRAY - DW S22577 Light Blue 1 VIDMAR CABINET, CONSISTING OF: 2 DW0340 HOUSING - DW0340 S22577 Light Blue 1 SL10 LOCK CYL, 1 KEY ( A2) 1 PTFDW PIERCED TOP FEATURE - DW S22577 Light Blue 1 DW60 DRAWER - DW60 S22577 Light Blue 1 LDDW60DW146 LD DW146 for Drawer DW60 1 DW60 DRAWER - DW60 S22577 Light Blue 1 LDDW60DW146 LD DW146 for Drawer DW60 1 DW60 DRAWER - DW60 S22577 Light Blue 1 LDDW60DW146 LD DW146 for Drawer DW60 1 DW60 DRAWER - DW60 S22577 Light Blue 1 LDDW60DW146 LD DW146 for Drawer DW60 1 DW50 DRAWER - DW50 S22577 Light Blue 1 LDDW50DW146 LD DW146 for Drawer DW50 1 DW50 DRAWER - DW50 S22577 Light Blue 1 LDDW50DW146 LD DW146 for Drawer DW50 1 VIDMAR CABINET, CONSISTING OF: 6 DW0340 HOUSING - DW0340 S22577 Light Blue 1 SL10 LOCK CYL, 1 KEY ( A2) 1 PTFDW PIERCED TOP FEATURE - DW S22577 Light Blue 1 DW35 DRAWER - DW35 S22577 Light Blue 1 LDDW35DW118 LD DW118 for Drawer DW35 1 DW35 DRAWER - DW35 S22577 Light Blue 1 LDDW35DW118 LD DW118 for Drawer DW35 1 DW45 DRAWER - DW45 S22577 Light Blue 1 LDDW45DW118 LD DW118 for Drawer DW45 1 DW45 DRAWER - DW45 S22577 Light Blue 1 LDDW45DW118 LD DW118 for Drawer DW45 1 DW45 DRAWER - DW45 S22577 Light Blue 1 LDDW45DW118 LD DW118 for Drawer DW45 1 DW45 DRAWER - DW45 S22577 Light Blue 1 LDDW45DW118 LD DW118 for Drawer DW45 1 DW45 DRAWER - DW45 S22577 Light Blue 1 LDDW45DW118 LD DW118 for Drawer DW45 1 DW45 DRAWER - DW45 S22577 Light Blue 1 LDDW45DW118 LD DW118 for Drawer DW45 1 CCH2 CABINET CONN HDWE - SEISMIC 16 VIDMAR CABINET, CONSISTING OF: 10 DW0340 HOUSING - DW0340 S22577 Light Blue 1 SDL3401 LOCK CYL, 1 KEY (AA2) 1 SBFDW STACK BOTTOM FEATURE - DW 1 DWSDD340 DOOR ASSY S22577 Light Blue 1 DWCS80 SHELF - DW S22577 Light Blue 1 DWCS80 SHELF - DW S22577 Light Blue 1 DWCS80 SHELF - DW S22577 Light Blue 1 DWBP80 BOTTOM PAN - DW S22577 Light Blue 1 VIDMAR CABINET, CONSISTING OF: 6 DW0155 HOUSING - DW0155 S22577 Light Blue 1 SDL1551 LOCK CYL, 1 KEY (AA2) 1 SBFDW STACK BOTTOM FEATURE - DW 1 DWSDD155 DOOR ASSY S22577 Light Blue 1 DWCS80 SHELF - DW S22577 Light Blue 1 DWCS80 SHELF - DW S22577 Light Blue 1 DWBP80 BOTTOM PAN - DW S22577 Light Blue 1 AREA 2 BENCHES VIDMAR CABINET, CONSISTING OF: 2 0200 HOUSING - ST0200 S22577 Light Blue 1 SDD200RH DOOR ASSEMBLY-ST200 S22577 Light Blue 1 SDL2001 LOCK CYL, 1 KEY (AA2) 1 CS80 SHELF - ST S22577 Light Blue 1 CS80 SHELF - ST S22577 Light Blue 1 BP80 BOTTOM PAN - ST S22577 Light Blue 1 HT72 HARDWOOD TOP-72 X 30 X 1 3/4 2 VIDMAR MISC ITEMS, CONSISTING OF: 1 BS372 BACK STOP - 72 X 3 S22577 Light Blue 2 BL2001 BENCH LEG ST 200 S22577 Light Blue 2 HT45 HARDWOOD TOP-45 X 30 X 1 3/4 2 HT60 HARDWOOD TOP-60 X 30 X 1 3/4 1 VIDMAR CABINET, CONSISTING OF: 1 DW0200 HOUSING - DW0200 S22577 Light Blue 1 SL10 LOCK CYL, 1 KEY ( A2) 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 HT45 HARDWOOD TOP-45 X 30 X 1 3/4 2 DWHT01 HARDWOOD TOP-60 X 28 X 1 3/4 1 VIDMAR CABINET, CONSISTING OF: 1 DW0200 HOUSING - DW0200 S22577 Light Blue 1 SL10 LOCK CYL, 1 KEY ( A2) 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 DW40 DRAWER - DW40 S22577 Light Blue 1 LDDW40DW116 LD DW116 for Drawer DW40 1 VIDMAR CABINET, CONSISTING OF: 4 XW0200 HOUSING - XW0200 S22577 Light Blue 1 SL10 LOCK CYL, 1 KEY ( A2) 1 XW40 DRAWER - XW40 S22577 Light Blue 1 LDXW40XW78 LD XW78 for Drawer XW40 1 XW40 DRAWER - XW40 S22577 Light Blue 1 LDXW40XW78 LD XW78 for Drawer XW40 1 XW40 DRAWER - XW40 S22577 Light Blue 1 LDXW40XW78 LD XW78 for Drawer XW40 1 XW40 DRAWER - XW40 S22577 Light Blue 1 LDXW40XW78 LD XW78 for Drawer XW40 1 XW40 DRAWER - XW40 S22577 Light Blue 1 LDXW40XW78 LD XW78 for Drawer XW40 1 Area 3 BENCH 1 HT60 HARDWOOD TOP-60 X 30 X 1 3/4 1 HT90 HARDWOOD TOP-90 X 30 X 1 3/4 1 HT45 HARDWOOD TOP-45 X 30 X 1 3/4 1 SP SPLICE PLATE KIT 1 VIDMAR MISC ITEMS, CONSISTING OF: 1 BL2001 BENCH LEG ST 200 S22447 Bright Blue 1 BS390 BACK STOP - 90 X 3 S22447 Bright Blue 1 BS384 BACK STOP - 84 X 3 S22447 Bright Blue 1 VIDMAR CABINET, CONSISTING OF: 2 0200 HOUSING - ST0200 S22447 Bright Blue 1 SL10 LOCK CYL, 1 KEY ( A1) 1 30 DRAWER - ST30 S22447 Bright Blue 1 LD3084 LD 84 for Drawer 30 1 85 DRAWER - ST85 S22447 Bright Blue 1 PS70 PENDAFLEX SEPARATOR - ST S23321 Vidmar Gray 1 85 DRAWER - ST85 S22447 Bright Blue 1 PS70 PENDAFLEX SEPARATOR - ST S23321 Vidmar Gray 1 VIDMAR CABINET, CONSISTING OF: 1 XW0200 HOUSING - XW0200 S22447 Bright Blue 1 SDL2001 LOCK CYL, 1 KEY (AA1) 1 XWSDD200 DOOR ASSY S22447 Bright Blue 1 XWCS80 SHELF - XW S22447 Bright Blue 1 XWCS80 SHELF - XW S22447 Bright Blue 1 XWBP80 BOTTOM PAN - XW S22447 Bright Blue 1 VIDMAR CABINET, CONSISTING OF: 1 XW0175NF HOUSING - XW - 0175 - NO FEET S22447 Bright Blue 1 SL10 LOCK CYL, 1 KEY ( A1) 1 XW85 DRAWER - XW85 S22447 Bright Blue 1 LDXW85XW810 LD XW810 for Drawer XW85 1 XW90 DRAWER - XW90 S22447 Bright Blue 1 LDXW50XW810 LD XW810 for Drawer XW50 1 VIDMAR MISC ITEMS, CONSISTING OF: AU-25-060-47 MODESTY PANEL-60X25 BL TO CAB S22447 Bright Blue 1 BENCH 2 HT60 HARDWOOD TOP-60 X 30 X 1 3/4 1 HT90 HARDWOOD TOP-90 X 30 X 1 3/4 3 SP SPLICE PLATE KIT 2 VIDMAR MISC ITEMS, CONSISTING OF: 1 BL2001 BENCH LEG ST 200 S22447 Bright Blue 3 BS360 BACK STOP - 60 X 3 S22447 Bright Blue 1 BS390 BACK STOP - 90 X 3 S22447 Bright Blue 1 BS3120 BACK STOP - 120 X 3 S22447 Bright Blue 1 VIDMAR CABINET, CONSISTING OF: 1 DW0200 HOUSING - DW0200 S22447 Bright Blue 1 SL10 LOCK CYL, 1 KEY ( A1) 1 DW30 DRAWER - DW30 S22447 Bright Blue 1 LDDW30DW118 LD DW118 for Drawer DW30 1 DW30 DRAWER - DW30 S22447 Bright Blue 1 LDDW30DW118 LD DW118 for Drawer DW30 1 DW30 DRAWER - DW30 S22447 Bright Blue 1 LDDW30DW118 LD DW118 for Drawer DW30 1 DW30 DRAWER - DW30 S22447 Bright Blue 1 LDDW30DW118 LD DW118 for Drawer DW30 1 DW40 DRAWER - DW40 S22447 Bright Blue 1 LDDW40DW118 LD DW118 for Drawer DW40 1 DW40 DRAWER - DW40 S22447 Bright Blue 1 LDDW40DW118 LD DW118 for Drawer DW40 1 VIDMAR CABINET, CONSISTING OF: 1 0200 HOUSING - ST0200 S22447 Bright Blue 1 SL10 LOCK CYL, 1 KEY ( A1) 1 30 DRAWER - ST30 S22447 Bright Blue 1 LD30BK84 LD 84 for DWR 30BK*** 1 85 DRAWER - ST85 S22447 Bright Blue 1 PS70 PENDAFLEX SEPARATOR - ST S23321 Vidmar Gray 1 85 DRAWER - ST85 S22447 Bright Blue 1 PS70 PENDAFLEX SEPARATOR - ST S23321 Vidmar Gray 1 VIDMAR CABINET, CONSISTING OF: 1 XW0200 HOUSING - XW0200 S22447 Bright Blue 1 SL10 LOCK CYL, 1 KEY ( A1) 1 XW30 DRAWER - XW30 S22447 Bright Blue 1 LDXW30XW106 LD XW106 for Drawer XW30 1 XW30 DRAWER - XW30 S22447 Bright Blue 1 LDXW30XW106 LD XW106 for Drawer XW30 1 XW30 DRAWER - XW30 S22447 Bright Blue 1 LDXW30XW106 LD XW106 for Drawer XW30 1 XW30 DRAWER - XW30 S22447 Bright Blue 1 LDXW30XW106 LD XW106 for Drawer XW30 1 XW40 DRAWER - XW40 S22447 Bright Blue 1 LDXW40XW106 LD XW106 for Drawer XW40 1 XW40 DRAWER - XW40 S22447 Bright Blue 1 LDXW40XW106 LD XW106 for Drawer XW40 1 VIDMAR CABINET, CONSISTING OF: 1 SV0200 HOUSING - SV0200 S22447 Bright Blue 1 SL10 LOCK CYL, 1 KEY ( A1) 1 SV30 DRAWER - SV30 S22447 Bright Blue 1 LDSV30SV118 LD SV118 for Drawer SV30 1 SV85 DRAWER - SV85 S22447 Bright Blue 1 SVPS70 PENDAFLEX SEPARATOR - SV S23321 Vidmar Gray 1 SV85 DRAWER - SV85 S22447 Bright Blue 1 SVPS70 PENDAFLEX SEPARATOR - SV S23321 Vidmar Gray 1 VIDMAR MISC ITEMS, CONSISTING OF: AU-25-030-33 MODESTY PANEL - 30X25CABTOCAB S22447 Bright Blue 1 Area 4 VIDMAR CABINET, CONSISTING OF: 2 XW0340 HOUSING - XW0340 S20106 Black 1 SL10 LOCK CYL, 1 KEY ( A3) 1 STFXW STACK TOP FEATURE - XW S20106 Black 1 XW30 DRAWER - XW30 S20106 Black 1 LDXW30XW126 LD XW126 for Drawer XW30 1 XW30 DRAWER - XW30 S20106 Black 1 LDXW30XW126 LD XW126 for Drawer XW30 1 XW40 DRAWER - XW40 S20106 Black 1 LDXW40XW128 LD XW128 for Drawer XW40 1 XW40 DRAWER - XW40 S20106 Black 1 LDXW40XW128 LD XW128 for Drawer XW40 1 XW40 DRAWER - XW40 S20106 Black 1 LDXW40XW128 LD XW128 for Drawer XW40 1 XW40 DRAWER - XW40 S20106 Black 1 LDXW40XW128 LD XW128 for Drawer XW40 1 XW60 DRAWER - XW60 S20106 Black 1 LDXW60XW1216 LD XW1216 for Drawer XW60 1 XW60 DRAWER - XW60 S20106 Black 1 LDXW60XW1216 LD XW1216 for Drawer XW60 1 VIDMAR CABINET, CONSISTING OF: 2 XW0175NF HOUSING - XW - 0175 - NO FEET S20106 Black 1 SDL1751 LOCK CYL, 1 KEY (AA3) 1 XWSDD175 DOOR ASSY S20106 Black 1 XWCS80 SHELF - XW S20106 Black 1 XWCS80 SHELF - XW S20106 Black 1 XWBP80 BOTTOM PAN - XW S20106 Black 1 ARLINK 8000 BENCHES (ESD BLACK) 2 VIDMAR MISC ITEMS, CONSISTING OF: 9700 2 VIDMAR MISC ITEMS, CONSISTING OF: 8066 4 VIDMAR MISC ITEMS, CONSISTING OF: 9SA167 2 VIDMAR MISC ITEMS, CONSISTING OF: 4792 2 VIDMAR MISC ITEMS, CONSISTING OF: 4074 4 VIDMAR MISC ITEMS, CONSISTING OF: 4075 4 VIDMAR MISC ITEMS, CONSISTING OF: 4761 2 VIDMAR MISC ITEMS, CONSISTING OF: 4841 2 VIDMAR MISC ITEMS, CONSISTING OF: SC12 WRIST STRAP GROUND 2 VIDMAR MISC ITEMS, CONSISTING OF: SC15 WRIST STRAP W/CORD 2 (vi) Description of Requirements: This commercial item supply requirement consists of, but is not limited to, providing all labor, materials, equipment, and supervision required to provide and deliver all parts as outlined above. This request is for the brand name purchase of custom Stanley Black & Decker Vidmar cabinets and workbenches that will be utilized within various areas within the Test Pilot School. The requested cabinets are custom designed to integrate with existing cabinets in the supply shop which stores equipment items issued to TPS students and stocks supplies required for daily operations. Due to the existing size and layout of current space, cabinet dimensions (L x W x H) must be equal to each cabinet as provided on the attached parts list and drawers must be configured essentially the same as each configured cabinet provided on the attached parts list. Expansion to existing cabinets is necessary due to a confirmed increase in class size and school capabilities. (vii) The Government Place of Delivery and FOB point is: Test Pilot School, 220 S. Wolfe Avenue, Bldg. 1220, Edwards AFB, CA 93524. Coordiantion with Government POC, Mr. Erick O'Brien, Phone: 661) 277-8338, email: erik.obrien@us.af.mil is required prior to delivery. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.) In addition the following information shall be included: 1. Offeror Name 2. Address 3 CAGE Code 4. Primary NAICS 5. Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.) 6. Payment Terms (net 30) or Discount 7. Point of Contact & Phone Number 8. Offeror Email address 9. Detailed price list containing separate line items. (ix) FAR 52.212-2 Evaluation - Commercial Items, is applicable to this RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (i) technical capability of the item offered to meet the Government requirement; (ii) price; Technical capability is approximately equal when compared to price. Past performance is not evaluated under this RFQ. To be considered technically acceptable the offeror must submit a complete quote IAW with this RFQ. (x) Offerors must include with their proposal a completed copy of the provision at FAR 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies and is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Unilateral modifications will be used in the following cases: •- Administrative Changes •- Exercising Options •- Incremental Funding (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2015) applies. (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) 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) 52.203-6, 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 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ (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 (Jul 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] ___ (14) (i) 52.219-6, Notice of Total Small Business 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 (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. ___ (v) Alternate IV (Nov 2016) 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 (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting 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 (Jul 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 (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sep 2016) (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 (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (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 (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (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.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (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. ___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. ___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (49) (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. ___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (62) (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) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (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). ___ (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). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (12) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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. (iv) 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. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (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). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 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. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xii) The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil. FAR 52.252-1 Solicitation Provision 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 address: http://farsite.hill.af.mil 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 address: http://farsite.hill.af.mil 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. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (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 (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 F03000 Issue By DoDAAC FA9302 Admin DoDAAC FA9302 Inspect By DoDAAC F1STAB Ship To Code F1STAB Ship From Code N/A Mark For Code FA9302-17-P-K088 Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Contracting Officer: monika.masei@us.af.mil Contract Specialist: rosann.knarreborg.1@us.af.mil Requireing Activity Point of Contact: erik.obrien@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 Ombudsman (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Air Force Test Center Vice Commander, 1 South Rosamond Blvd., Edwards AFB, CA 93524, phone number (661) 277-2810. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The following FAR and DFARS provisions apply and are incorporated by reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation Jan 2017 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 252.225-7000 Buy American Statute--Balance of Payments Program Certificate Nov 2014 The following FAR, DFARS, and AFFARS clauses apply and are incorporated by reference: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 252.204-7015 Disclosure of Information to Litigation Support Contractors May 2016 252.211-7003 Item Identification and Valuation Mar 2016 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 252.225-7001 Buy American and Balance of Payments Program Dec 2016 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 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012 (xiii) This acquisition requires no additional contract requirements or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made. (xiv) DPAS assigned rating is N/A. (xv) QUOTES ARE DUE NO LATER THAN 1400 PST on 18 Aug 2017. (xvi) Quotes may be submitted electronically to rosann.knarreborg.1@us.af.mil and monika.masei@us.af.mil or mailed to: AFTC/PZIEB Attn: Rosann D. Knarreborg 5 South Wolfe Avenue, Building 2800 Edwards AFB, CA 93524 Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation. 2 Attachments: Attachment 1 - Vidmar Parts List Attachment 2 - Redacted Brand Name Justification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-P-K088/listing.html)
 
Place of Performance
Address: Test Pilot School, 220 S. Wolfe Avenue, Bldg. 1220, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04617216-W 20170810/170808231831-c218b9445b80204961a35fb005741cd2 (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.