Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOLICITATION NOTICE

35 -- ILA BERLIN 2018 - Package #1

Notice Date
3/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-18-Q-0034
 
Archive Date
3/29/2018
 
Point of Contact
Woodrow Bell, Phone: 703 697-8952, Siddartha S. Routh, Phone: 703-697-9941
 
E-Mail Address
Woodrow.w.bell.civ@mail.mil, siddhartha.s.routh.civ@mail.mil
(Woodrow.w.bell.civ@mail.mil, siddhartha.s.routh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: HQ0013-18-Q-0034 Notice Type: Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013-18-Q-0034, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide design, construction, and accessories for an exhibit in one international trade show in FY18. The ILA Berlin (Germany) is to be held from April 25-29 2018. The North American Classification System (NAICS) code is 561920, size standard is $11 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) The requirements are detailed in the attached Statement of Work. (vi) This requirement is to provide design, construction, and accessories for an exhibit in one international trade show. (vii) The requirement shall be Firm Fixed Price (FFP). (viii) Requirements as follows: a. General. i. Vendor shall build an exhibit at ILA Berlin as indicated below: Show Dates Size Meeting Rooms Configuration ILA Berlin April 25-29, 2018 72 square meters 2 Peninsula b. Services. The CONTRACTOR shall be responsible for providing four basic services for each SC exhibit-design (both structural and graphic), construction, on-site support, and dismantle-as outlined below. i. Design. During the design phase for each exhibit the Government will review the CONTRACTOR's initial proposal for the exhibit and then work with the CONTRACTOR to refine the design. This process may include, but is not limited to resizing structural elements, replacing graphics, manipulating graphics to change the look and/or feel of the exhibit. The exhibit will be of a customized modular design. 1. Timeline. The design phase begins with an initial rendering on March 14, 2018. The design phase will be complete no later than the date listed in Section 7 of this performance work statement. The design phase will conclude upon the US Government's approval of a final render. 2. Initial Render. The CONTRACTOR will provide the US Government with an initial render showcasing the CONTRACTOR's initial design of what the DoD SC exhibit will look like to include layout, structure, and graphics for each of the various elements outlined in Section 5 of this performance work statement. The CONTRACTOR will be responsible for ensuring that the render and initial design is consistent with the rules and regulations provided by both the show and any designated U.S. Pavilion organizer. 3. Final Render. The CONTRACTOR will provide the US Government with a final render not less than one week prior to the proposed design phase completion date. The final render, once approved by the US Government will represent the final approved design schematic the CONTRACTOR must produce during the construction phase. The CONTRACTOR may not deviate from the final render without approval from the COR. ii. Construction. During the construction phase, the CONTRACTOR will oversee all activities related to build, packaging, crating, handling, and transportation of all elements of the DoD SC Exhibit. 1. Shipping Services. The CONTRACTOR shall provide the packaging, crating, handling, domestic and international transportation of all exhibit elements (i.e., exhibit structure, office furniture, consumables, and audiovisual support). The CONTRACTOR shall ensure that all packaging, crating, handling, and transportation activities are executed consistent with any rules, regulations, and timelines set by the show or pavilion organizers. 2. Timelines. The CONTRACTOR shall ensure that all elements of production and construction and assembly of the DoD SC Exhibit are completed the day before the first trade day of the trade show. 3. Post-show. The CONTRACTOR will ensure that upon breakdown, the exhibit space is left in its clean, original condition and is compliant with any rules and regulations provided by the show or US Pavilion organizers. The US Government will not be responsible for any penalties or fees associated with the space not being returned in an acceptable condition, these fees will be borne by the CONTRACTOR. iii. On-site support. The CONTRACTOR will provide continuous on-site support for the exhibit for the duration of the trade show. Elements included as on-site support are: 1. Cleaning. Provide daily vacuuming and sweeping of the meeting rooms and outreach areas. 2. Trash removal. Provide daily trash removal at the end of each day and as needed for the event. 3. Problem resolution. Provide resolution to any elements of the exhibit not functioning as required within 15 minutes of notification during show operating hours or prior to next day opening if notification occurs after show operating hours. 4. Restocking. Restock the consumables in each meeting room and refrigerator prior to next-day opening. c. Exhibit Specifications. The DoD SC Exhibit will consist of three major elements-a reception/outreach area, storage closet, and meeting rooms. The exhibit will be of a customized modular design. The CONTRACTOR will be responsible for ensuring the DoD SC Exhibit balances these elements in a design that takes advantage of the four-meter (4 m) height usually permitted for international trade shows. i. Reception/Outreach area. The reception/outreach area consists of space, facades, and/or structure that present outward into the pavilion. 1. Presentation. The reception/outreach area must present high-level, professional quality design, layout, and production using the most up-to-date industry best practices. The design features in the outreach area must reflect the brand of the DoD SC Enterprise and portray the SC mission. 2. Flow. The outreach area should provide adequate space for outreach personnel to engage passers-by from a centrally located area. The basic design should minimize the ability of number of passers-by to enter the exhibit and direct flow away from the meeting rooms. 3. Exhibit walls. External exhibit walls will include no less than six (6) different graphics, which may include a collage of various graphics, or individual graphics as a stand-alone graphic. Where graphics are not displayed, walls should be colored or a background graphic should be used to match the exhibit. If applicable given exhibit configuration, each sidewall shall prominently display "U.S. Department of Defense" (first line), "Security Cooperation" (2nd line) and the DSCA logo "Security Through Global Partnerships" (3rd line) in addition to any graphics. 4. Exhibit Fascia. The exhibit will be composed of a two to three sided fascia and will include "U.S. Department of Defense" (1st line), "Security Cooperation" (2nd line), DSCA logo "Security Through Global Partnerships" and the Department of Defense seal. The fascia will be attached to the overall structure and will be displayed on all 4 sides facing outward to the pavilion. 5. Title panel. A title panel shall be designed for the front of the exhibit that includes, at a minimum, a backlight sign incorporating the 5 service seals in the following order: Department of the Navy, Department of the Army, Department of Defense, Department of the Navy U.S. Marine Corps, and Department of the Air Force. The text will read "U.S. DEPARTMENT OF DEFENSE" (first line). "SECURITY COOPERATION" (2nd line), "SECURITY THROUGH GLOBAL PARTNERSHIPS (3rd line), SERVICE SEALS, below service seals "DEFENSE TRADE & ARMS TRANSFERS" (1st line) "DEFENSE INSTITUTION BUILDING" (2nd line) "INTERNATIONAL EDUCATION & TRAINING" (3rd line) HUMANITARIAN ASSISTANCE & DISASTER RELIEF" (4th line). 6. Monitor for video stream. At least one of the front walls should include one (1) wall-mounted, flat screen monitor of no less than thirty-six (36) inches with appropriate USB/HDMI ports, cabling, and speakers, to play multimedia material provided by the US Government. The placement of the wall-mounted monitor should enhance the overall design of the exhibit. 7. Reception desk. A reception desk of counter height large enough to accommodate two individuals, but not so large that it overtakes the outward façade of the exhibit. The desk shall include two (2) stools of bar height. The area under the desk shall include one locking cabinet and one open area for larger items and/or additional leg room. The reception desk should provide for at least one (1) power outlet so that laptop computers may be used. The outreach receptionist desk and surrounding area should be placed in such a manner that it shields entrances to the meeting rooms and individuals are forced to "check-in" with the receptionist before entering the meeting rooms. An L shape of V shape configuration is ideal. 8. Interactive kiosk. The outreach area should include one (1) stand-alone, interactive kiosk equipped with a touch-screen monitor of no less than thirty-six (36) inches with appropriate USB/HDMI ports, cabling, and associated audiovisual equipment to display interactive multimedia material provide by the US Government. The interactive kiosk should be placed along the outer-edge of the outreach area so that passers-by can use the kiosk without stepping into the exhibit, and to preclude the kiosk music hindering the outreach mission. 9. Literature stands/racks. The outreach area should include at least one (1) literature stand or rack for the display of US Government-provided literature. These items should be located in an area that allows passers-by to collect materials, without having to enter into the exhibit space. Literature racks may be stand-alone. 10. Flooring. The CONTRACTOR will provide flooring for the entire outreach area. Flooring may be carpet or hardwood and must be of good quality, according to industry commercial build standards, and durable enough to withstand constant foot traffic. If carpeting is to be used, the US Government will select the final carpet color during the design phase. Padding for any carpeting is not to be less than ½ inch thick. 11. Electrical. The CONTRACTOR shall determine the electrical requirements to support the individual, unique elements of the outreach area. The CONTRACTOR shall install the electrical layout for each individual electric line from the main ordered from the approved source vendor for each event. Sufficient power shall be provided to the outreach area to ensure safe operation throughout the duration of the show. The CONTRACTOR, to the greatest extent possible, shall incorporate design elements as appropriate to minimize the appearance of electrical outlets, power cords, and other electrical elements. ii. Storage Closet. The storage closet shall be no less than approximately one (1) meter wide by three (3) meters long. The storage closet shall lock from the outside with at least two (2) sets of keys provided to the US Government. The storage closet shall include: 1. Shelving. Interior shelving shall be sturdy and able to hold extra consumable supplies (e.g., coffee cups, paper products) and extra literature products required to support the exhibit. 2. Mirror. The storage closet shall include a full-length mirror in a place that remains accessible when the closet is fully stocked. 3. Coat hooks. The storage closet shall include a minimum of four (4) coat hooks, or a coat rack with four (4) individual hooks. 4. Trash bin. The storage closet shall include at least one (1) office style trash bin that remains accessible when the closet is fully stocked. 5. Flooring. The CONTRACTOR will provide flooring for the supply closet. Flooring may be carpet or hardwood and must be of good quality, according to industry commercial build standards, and durable enough to withstand constant foot traffic. Padding for any carpeting is not to be less than ½ inch thick. 6. Electrical. The CONTRACTOR shall determine the electrical requirements to ensure the storage closet can be illuminated at all times. The CONTRACTOR shall provide at least one (1) working electrical power strip in the storage closet so that US Government personnel can charge mobile devices and/or laptop computers. iii. Meeting Rooms. The exhibit will have 2 meeting rooms as outlined in Section 5a of this performance work statement. 1. Presentation. Each meeting room shall have an interior finish that demonstrates a corporate appearance appropriate for high-level, official meetings and engagements. 2. Flow. Meeting rooms should be easily accessible for representatives attending meetings but general flow/visibility of the meeting rooms should be blocked by structural exhibit elements to maximize privacy of meeting attendees. 3. Conference table and chairs. Meeting Room 1 will have a conference table that is professional in quality of sturdy design and stature (free of any scuff marks, blemishes, or scratches). The table must be large enough to accommodate eight (8) executive office chairs at the table. Meeting Room 2 will have a conference table and chairs of the same quality and professional standard that will accommodate six (6) participants. 4. Extra chairs. At least two (2) extra chairs to accommodate additional meeting participants. These chairs do not have to be the same type as those at the meeting table, but must be of a professional quality. 5. Locking cabinet. No less than one (1) locking cabinet with two sets of keys provided to the US Government on the first day of the trade show. This cabinet shall be approximately two (2) feet tall by two (2) feet wide. 6. Refrigerator. One (1) small "dormitory-style/sized" refrigerator of approximately twenty-one (21) inches wide by twenty-one (21) inches in diameter by thirty-three (33) inches in height. The CONTRACTOR shall provide beverages for each meeting room to include regular soda; diet soda; sparkling water; and flat water. Beverages will be delivered to space one day prior to show start and will consist of: a. four (4) cases of 24 12oz/or smaller drinking waters; b. four (4) cases of 24 12oz/ or smaller soda. At least one case shall be diet coke and at least one shall be regular coke. 7. Coffee/Tea and beverage service. One (1) single-serve coffee/tea machine and associated coffee and tea supplies (milk, creamer, sugar, sweetener, stirrers). The coffee/tea machine and associated supplies shall be easily accessible within each meeting room. 8. Lighting. Lighting fixtures of the appropriate type, number, and style to provide sufficient light to conduct official meetings. 9. Standing-fans. Two (2) free-standing tower, variable-speed and oscillation standing fans and air conditioners to maintain a temperature of sixty-five (65) to seventy (70) degrees Fahrenheit. 10. Doors and windows. Meeting room doors and any windows shall be fully frosted or opaque so external observers cannot see the interior. Door shall lock and have two (2) sets of keys provided to the US Government on the first day of the trade show. 11. Ceiling. Meeting rooms shall have a fully enclosed ceiling to maximize privacy and reduce external noise. If show or pavilion organizer rules do not allow for a fully enclosed ceiling, the CONTRACTOR shall inform the US Government upon submission of the initial render. 12. Graphics. Internal meeting room walls will display approximately one (1) graphic for each meter of horizontal space. The CONTRACTOR will select graphics from the database provided by the US Government. 13. Flooring. The CONTRACTOR will provide flooring for the each meeting room. Flooring may be carpet or hardwood and must be of good quality, according to industry commercial build standards, and durable enough to withstand constant foot traffic in the exhibit. Padding for any carpeting is not to be less than ½ inch thick. Flooring shall be the same or complementary of the flooring provided in the outreach area. 14. Trash bins. At least one (1) office style trash bin with appropriately sized trash bag by reception area and one (1) office style trash bin in each of the meeting rooms (for a total of three). The CONTRACTOR shall provide extra trash bags in the storage closet. 15. Electrical. The CONTRACTOR shall determine the electrical requirements to support the individual, unique elements of each meeting room. The CONTRACTOR shall install the electrical layout for each individual electric line from the main ordered from the approved source vendor for each event. Sufficient power shall be provided to each meeting room to ensure safe operation throughout the duration of the show. The CONTRACTOR, to the greatest extent possible, shall incorporate design elements as appropriate to minimize the appearance of electrical outlets, power cords, and other electrical elements. 2. OTHER DIRECT COSTS. a. Other Direct Costs. Additional items and services purchased in support of the exhibits shall be charged as cost reimbursable. The CONTRACTOR shall obtain the approval of the contracting officer prior to making any purchases of other direct cost items. All discounts received for cost-reimbursable items shall be credited to the US Government. The CONTRACTOR shall not apply any burdened fees to any Security Cooperation Organization or U.S. embassy. All invoices submitted for cost-reimbursement shall be accompanied by final, paid receipts. 3. PERIOD OF PEFORMANCE. March 19, 2018 through April 28, 2018. Show Design Phase Construction Phase On-site Support ILA Berlin March 19, 2018 April 3, 2018 - April 24, 2018 April 25 - 28, 2018 (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvi) Instructions to Offerors a. Offerors shall read the documents of the RFQ completely. b. Offerors shall submit their proposal in 3 Parts 1. Part I: Exhibit build and Support 2. Part II: Past Performance 3. Part III: Price c. Part I shall include: 1. one (1) rendered drawing design in a peninsula configuration with two meeting rooms at 72 square meters in size, that meet the above requirements; 2. a summary of building, construction, and audio visual materials included in the design; 3. a summary of the project approach to include sub-contracting requirements if necessary, and management controls; and schedule for the ILA Berlin trade show; 4. organizational chart and the resumes of the project manager, on-site coordinator, lead design engineer, and lead construction engineer personnel that will be assigned to do this work and actually be working on ILA Berlin trade shows; 5. other information the vendor feels necessary to demonstrate a clear understanding of the Statement of Work within each work area; 6. a firm fixed price that includes all fees associated with production, packaging, crating, handling, transportation, installation, break-down, and drayage for all elements of the DoD SC Exhibit to include graphics, structural elements, electrical, lighting, consumables, and furniture. Part II shall include: 1. The names of two government agencies for which the offeror has provided the same or similar services. In lieu of government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact d. Part III shall include: The quote for each line item to include the option items. 1. Offerors shall fully complete the price schedule for all Contract Line Items. e. Proposals shall be submitted by 11:30 AM EST, on 14 March 2018 to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. f. Proposals shall be submitted to Woodrow Bell via email to: woodrow.w.bell.civ@mail.mil or Sid Routh at siddhartha.r.routh.civ@mail.mil. Facsimile submissions will not be accepted. (xvii) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Minimum Acceptability Standards: 1. The arrangement of the rooms and other features of the exhibit shall be orderly, so that it promotes a professional appearance. 2. Exhibit Specifications. The DoD SC Exhibit will consist of three major elements-a reception/outreach area, storage closet, and meeting rooms. The exhibit will be of a customized modular design. The CONTRACTOR will be responsible for ensuring the DoD SC Exhibit balances these elements in a design that takes advantage of the four-meter (4 m) height usually permitted for international trade shows. 3. Reception/Outreach area. The reception/outreach area consists of space, facades, and/or structure that present outward into the pavilion. 4. Presentation. The reception/outreach area must present high-level, professional quality design, layout, and production using the most up-to-date industry best practices. The design features in the outreach area must reflect the brand of the DoD SC Enterprise and portray the SC mission. 5. Flow. The outreach area should provide adequate space for outreach personnel to engage passers-by from a centrally located area. The basic design should minimize the ability of number of passers-by to enter the exhibit and direct flow away from the meeting rooms. 6. Exhibit walls. External exhibit walls will include no less than six (6) different graphics, which may include a collage of various graphics, or individual graphics as a stand-alone graphic. Where graphics are not displayed, walls should be colored or a background graphic should be used to match the exhibit. If applicable given exhibit configuration, each side-wall shall prominently display "U.S. Department of Defense" (1st line), "Security Cooperation" (2nd line) and the DSCA logo "Security Through Global Partnerships" (3rd line) in addition to any graphics. 7. Exhibit Fascia. The exhibit will be composed of a two to three sided fascia and will include "U.S. Department of Defense" (1st line), "Security Cooperation" (2nd line), DSCA logo "Security Through Global Partnerships" and the Department of Defense seal. The fascia will be attached to the overall structure and will be displayed on all 4 sides facing outward to the pavilion. 8. Title panel. A title panel shall be designed for the front of the exhibit that includes, at a minimum, a backlight sign incorporating the 5 service seals in the following order: Department of the Navy, Department of the Army, Department of Defense, Department of the Navy U.S. Marine Corps, and Department of the Air Force. The text will read "U.S. DEPARTMENT OF DEFENSE" (first line). "SECURITY COOPERATION" (2nd line), "SECURITY THROUGH GLOBAL PARTNERSHIPS (3rd line), SERVICE SEALS, below service seals "DEFENSE TRADE & ARMS TRANSFERS" (1st line) "DEFENSE INSTITUTION BUILDING" (2nd line) "INTERNATIONAL EDUCATION & TRAINING" (3rd line) HUMANITARIAN ASSISTANCE & DISASTER RELIEF" (4th line). 9. Interactive kiosk. The outreach area should include one (1) stand-alone, interactive kiosk equipped with a touch-screen monitor of no less than thirty-six (36) inches with appropriate USB/HDMI ports, cabling, and associated audiovisual equipment to display interactive multimedia material provide by the US Government. The interactive kiosk should be placed along the outer-edge of the outreach area so that passers-by can use the kiosk without stepping into the exhibit, and to preclude the kiosk music hindering the outreach mission. 10. Meeting Rooms. The exhibit will have 2 meeting rooms as outlined in Section 5a of this performance work statement. 11. All of the design and furniture requirements of Section 5 are represented in the drawings and/or photographic mock ups, to include the dimensions of items, per Instructions to Offerors. Dimensions shall be as detailed in the PWS. 12. Provide acknowledgement of requirements at 5, 6, 7 and 8. 13. Schedule show that offeror is able to delivery exhibit by required dates. Offeror is able to deliver Berlin exhibit no later than 12 March 2018. 14. The exhibit shall have an appropriate plan for determining the amount of power required, for the exhibit. 15. The Berlin design uses the maximum amount of the 72 square meters; 16. The proposed Project Manager meets the qualifications at 4 b.i.; 17. The proposed Lead Design Engineer meets the qualifications at 4.b.iii.; and 18. The proposed Lead Construction Engineer meets the qualifications at 4.b.iv. 19. Past Performance submission meet the standard for recent and relevant. 20. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 21. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 22. Tradeoffs are not permitted. 23. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 24. Exchanges may occur. 25. Non-cost factors: The minimum acceptability standards and Past Performance. 26. Past performance: Performance on submitted examples is most recent and relevant and acceptable. 27. Price: Cost will be evaluated as follows: a. The propose prices of all CLINs to include optional CLINs shall be evaluated as part of the price evaluation. b. 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. (xviii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF)system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV2015 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.217-5 Evaluation Of Options JUL 1990 52.232-23 Assignment Of Claims MAY 2014 52.242-13 Bankruptcy JUL 1995 (xxv)The point of contact (POC) for this acquisition is Woodrow Bell. Woodrow can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 697-8952. (xxvi)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-18-Q-0034/listing.html)
 
Place of Performance
Address: BERLIN GERMANY, BERLIN, Non-U.S., Germany
 
Record
SN04844478-W 20180308/180306231400-731b91c3ed64eced370f9e3a1db0adac (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.