Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

72 -- Brand Name or Equal Dakronics Video Scoreboard for volleyball and other athletic events at USAF Academy East Gym.

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
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
FA7000-17-T-0107
 
Archive Date
11/1/2017
 
Point of Contact
Christian A. Cornell, Phone: 7193335599, Olivia C. Gorman, Phone: 7193334683
 
E-Mail Address
christian.cornell@us.af.mil, olivia.gorman@us.af.mil
(christian.cornell@us.af.mil, olivia.gorman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for Brand Name or Equal commercial items 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 a Request for Quotation (RFQ), solicitation number FA7000-17-T-0107, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective 19 Jan 2017. The North American Industry Classification System Code [NAICS] is 339950 and the business size standard is 500 employees. This acquisition is unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 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. Quotes submitted with used, reconditioned, refurbished, gray market, or liquidated stock will not be considered for award. 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. It is the USAF Academy's preference/intent is to acquire only domestic end products per the Buy American Act, except as provided in FAR 25.103. Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers. This requirement is for commercial off-the-shelf items, therefore; the manufacturing country of origin will determine if the offer is foreign or domestic. Buy American certification of compliance is required and must be submitted with quote. (See DFARS clause 252.225-7000). 1. DESCRIPTION OF ITEMS: East Gym Video Display Scoreboard for USAFA East Gym consisting of LED Video Display with Control Equipment/Software, Fixed Digital Scoreboard complete with shipping, installation, operator training and warranty on parts and labor. The following Daktronics model numbers are provided for reference. Evaluation will be conducted against the salient characteristics which follow. Brand Name Daktronics Video Display Scoreboard LED Video Display Daktronics Model: DVN-302-10MN-WN-MA-352x576 Control Equipment/Software comprised of 1 DMP7000-SE Primary/Backup, DSTI, VIP-4400,VIP4060, Router, KVM; DSTI Stat Crew Sprots Software: ProVersion; Two All Sport 5100 control kits with hard-sided carrying cases; one LCD Monitor, Keyboard, and Mouse; Fixed Scoreboard Daktronics Model BB-2101 Salient Characteristics The following are the salient characteristics for the East Gym Video Scoreboard to support the volleyball team and other athletic department events. The video board must allow for a full undistorted 1920 x 1080 video to be displayed. The video board must also be compatible with the 4 Daktronics scoreboards that are currently installed in the East Gym. Specifically it must be compatible with the All‐Sport 5000 wireless controller, which will allow all 4 of the current boards and the new video board to be controlled by the official scorer from one console. It will also need to be compatible with DSTI Stat Crew Sports software. The video board must allow for an HD‐SDI cable input from a NewTek Tricaster or NewTek 3Play system that is currently in place in the athletic department video control room. A video controller must be provided that will allow for switching between prerecorded videos/animations and live video. It must also be capable of tying into the existing East Gym sound system. Additional requirements are below: Active Screen Size: Minimum 11 ft. high & 18 ft. wide; maximum 12 ft. high & 24 ft. wide LED Pixel Pitch: 10MM or better LED refresh rate: 4800 hertz or better LED Lifetime: Minimum of 100,000 hrs. LED Pixel Configuration: SMD Brightness: Minimum of 2,000 nits Module Resolution: 32 x 32 pixels or better Viewing Angle: Minimum of 120 degrees Contrast Ratio: 4000:1 or better Controller: Require 2 wireless control kits to include carrying cases Software: DTSI STAT Crew compatible software Installation, shipping and operator training included Warranty: Minimum of a one year parts and labor warranty Provide pricing for each of the following line items: Description Qty Unit Price Extended Price LINE ITEM 0001 East Gym Video Display Scoreboard for USAFA East Gym consisting of LED Video Display with Control Equipment/Software, Fixed Digital Scoreboard complete with shipping, installation, operator training and warranty on parts and labor. 1ea. tiny_mce_marker _________ tiny_mce_marker __________ IAW DFARS 211.274-2, Policy for item unique identification, this requirement will be marked for identification with Unique Item Identifier (UII). USAFA will provide the required marking and as such, the vendor will not be required to provide an Item Unique Identification (IUID), or UII for this requirement. II. SOLICITATION INSTRUCTIONS Offerors must comply with all instructions contained in the addenda to FAR 52.212-1, Instructions to Offerors--Commercial Items (listed below). The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, price, any discount terms, delivery terms, cage code, DUNS number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Descriptive literature and technical specifications must contain adequate information to judge if products supplied in the solicitation and address each salient characteristic listed. FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017), is incorporated by reference Addenda to FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017): 1. 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. Award of this requirement will be offered to the Quoter IAW FAR 52.212-2. 2. Late submissions: a. Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. b. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. c. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. 3. Addendum to FAR 52.212-1(b), Submission of Quotes: Submit signed and dated quote via e-mail or fax to 10th Contracting Squadron, 10 CONS/LGCB, Attn: Christian Cornell, Contract Specialist, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Email address is christian.cornell@us.af.mil. Phone number is (719) 333-5599. In his absence, please contact Olivia Gorman, Contracting Officer at 719-333-3587 at email address olivia.gorman@us.af.mil. Quotes must be submitted by 26 September 2017, 4:30 p.m. Mountain Standard Time (MDT). 4. Addendum to FAR 52.212-1(h), Multiple awards is amended as follows: "The Government will award a contract on an "all or none" basis, multiple awards shall not be contemplated." 5. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions may be emailed to the points of contact listed in paragraph 3. All correspondence should reference the solicitation number. 6. Quotation preparation instructions: a. General Instructions: To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors 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 an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Specific Instructions: Quotes shall consist of three separate parts, as identified below. (1) PART I - PRICE QUOTATION - Submit the price quote in accordance with the contract line item (CLIN) structure as listed in this solicitation (CLIN 0001). (2) PART II - TECHNICAL/DESCRIPTIVE LITERATURE - Offerors must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the salient characteristics requirement in contract line item (CLIN) 0001 of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each salient characteristic listed. Descriptive literature information such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. If an offeror cannot comply with every requirement, the quote may not be considered. (3) PART III - CONTRACT DOCUMENTATION (Representation and Certification). (i) Either complete Representation and Certification in the System of Award Management (SAM) at https://www.sam.gov or the necessary fill-ins and certification in the provision at FAR 52.212-3 (Jan 2017), Alt I (Oct 2014). (ii) Contractors must be registered with SAM (www.sam.gov) to conduct business with the Department of Defense. A purchase order cannot be awarded to a company without this registration. (iii) The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, must be completed and returned with the quote. This provision is included at the end of this solicitation. (iv) Price quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. Quotes received with F.O.B. other than Destination will not be considered. (v) Provide a written statement that the offeror's 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. Solicitation Requirements II. Technical III. Price IV. Past Performance Addendum to FAR 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014): BASIS FOR CONTRACT AWARD: This will be a competitive acquisition under Federal Acquisition Regulations (FAR) part 13.5, Simplified Procedures for Certain Commercial Items, utilizing the evaluation procedures under the FAR parts 12 and 13, the Government is conducting a best value award decision based technical, price and past performance in accordance with FAR 13.106, the provision at DFARS 252.213-7000 and FAR 13.106-2(b)(3)(ii)(A).. By submission of its offer in accordance with the instructions provided in FAR 52.212-1, Instruction to Offerors, the offeror accedes to the terms of this model contract. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Exceptions to terms and conditions may result in the quote being determined ineligible for award. 1. Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be excluded from the evaluation. 2. Price Evaluation. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination to 2170 Field House Drive, USAF Academy Colorado, 80840, installation, operator training and warranty. 3. Technical Evaluation. The quoter will be evaluated for meeting or exceeding the salient characteristics listed in the solicitation, Description of Items. 1. above. Evaluation will be conducted on a pass/fail basis IAW FAR 52.211-6 Brand Name or Equal (Aug 1999). If the offeror fails to meet one or more of the salient characteristics, the overall technical factor will be rated as fail. 4. Past Performance: Past performance will be evaluated IAW DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (June 2015) (http://www.ppirs.gov/)and IAW FAR 13.106-2(b)(3)(ii)(A) "the contracting officer's knowledge of and previous experience with the supply or service being acquired". Information contained in the Federal Awardee Performance & Integrity Information System (FAPIIS) and System for Award Management (SAM) will also be considered.Per DFARS 213.106-2, data available in the statistical reporting module of the Past Performance Information Retrieval System (PPIRS-SR) regarding the supplier's past performance history for the Federal supply class (FSC) and product or service code (PSC) of the supplies being purchased will be considered. Quoters will be evaluated based on an acceptable/unacceptable basis. In the case of a supplier without a record of relevant past performance history in PPIRS-SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history and will be determined acceptable. Award will be made on a best value basis to the quote that meets all the salient characteristics offering the lowest price and acceptable past performance. (end of addendum) FAR 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017), is incorporated by reference. Addenda to FAR 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) (JAN 2017) (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 (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 $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 (Sep 2016) (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) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (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) _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). (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). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (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 (b)(1)(xvi): 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) 52.225-26, 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). (xx) 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. (xxi) 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) III. CONTRACT CLAUSES The following clauses are incorporated by reference: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 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 (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers w/Disabilities (Jul 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy America - Supplies (May 2014) 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) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.225-7001 Buy American and Balance of Payments Program - Basic (Dec 2016) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 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) The following clauses are provided in full text: FAR 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) (a) Definitions. As used in this clause- "Internal confidentiality agreement or statement" means a confidentiality agreement or any other written statement that the contractor requires any of its employees or subcontractors to sign regarding nondisclosure of contractor information, except that it does not include confidentiality agreements arising out of civil litigation or confidentiality agreements that contractor employees or subcontractors sign at the behest of a Federal agency. "Subcontract" means any contract as defined in subpart 2.1 entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. "Subcontractor" means any supplier, distributor, vendor, or firm (including a consultant) that furnishes supplies or services to or for a prime contractor or another subcontractor. (b) The Contractor shall not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (c) The Contractor shall notify current employees and subcontractors that prohibitions and restrictions of any preexisting internal confidentiality agreements or statements covered by this clause, to the extent that such prohibitions and restrictions are inconsistent with the prohibitions of this clause, are no longer in effect. (d) The prohibition in paragraph (b) of this clause does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (e) In accordance with 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) use of funds appropriated (or otherwise made available) is prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (f) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts under such contracts. (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 (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. The Contractor shall use the following document type(s). Vendor must use the "Stand Alone" Invoicing option only. The Government's receipt and acceptance will not be accomplished through WAWF, therefore, the 2-in-1 invoicing or combo function must not be used. (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 Inspect By DoDAAC F4BHM0 Ship To Code F4BHM0 (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. Olivia.Gorman@us.af.mil (Contracting Officer) Christian.Cornell@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. Olivia.Gorman@us.af.mil (Contracting Officer) Christian.Cornell@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 (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 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) IV. SOLICITATION PROVISIONS 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and United States, as used in this provision, have the meanings given in the Buy American and Balance of Payments Program--Basic clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-- Basic clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: (Line Item Number) ___ (Country of Origin) ___ (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number) ___ (Country of Origin (If known)) ___ (End of provision) PROVISIONS PROVIDED BY REFERENCE 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-7011 Alternative Line-Item structure (Sep 2011) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-17-T-0107/listing.html)
 
Place of Performance
Address: 2170 Field House Drive, USAF Academy Colorado, 80840, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04687661-W 20170922/170920232929-1f21c464e0d929829d8c9fd4d994f31e (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  © 1994-2020, Loren Data Corp.