Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2019 FBO #6548
MODIFICATION

S -- Shop Towels & Uniform Laundry Services - Solicitation 1

Notice Date
10/28/2019
 
Notice Type
Modification/Amendment
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Air Force Test Center (AFTC) - Eglin, 308 W. D Ave., Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA9302-20-Q-0001
 
Archive Date
11/23/2019
 
Point of Contact
Sandy Guite, Phone: 6612758889, Monika B. Masei, Phone: (661) 277-7708
 
E-Mail Address
sandy.guite@us.af.mil, monika.masei@us.af.mil
(sandy.guite@us.af.mil, monika.masei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination - Attachment 3 Exhibit Price Breakdown - Attachment 2 Performance Work Statement dated Oct 28, 2019 - Attachment 1 MODIFICATION TO FA9302-20-Q-0001 Due to this modification the deadline for submission of quote packages is being extended until 5:00pm (PST) Friday 8 November 2019. This solicitation is being modified to update the following: Section (v) - remove surge CLINS Section (vi) - PWS date changed to 28 Oct 2019. Include Updated Attachement 1 - Performance Work Statement dated 28 Oct 2019 •· Updated Section 1.8 revised to include true intent of responsibilities of contractor performance on this contract. •· Removed paragraph 2.5.1 in it's entirety •· Appendix 2 Item #2 descriptions updated to include towel sizes •· Appendix 2 item #4 updated to reflect no laundering services for new white shop towels •· Appendix 2 item #6 updated to reflect accurate description of potential 25% increase. Include Updated Attachment 2 - Exhibit Breakdown Section (xv) updated to reflect 8 Nov 2019 closing date. ________________________________________________ (i) This is a combined synopsis/solicitation for 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 solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-20-Q-0001 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote package. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote, which will be considered by the agency. Quote packages MUST INCLUDE ALL REQUIRED ELEMENTS of ADDENDUM to 52.212-2, Evaluation - Commercial Items to be considered complete. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-06 and DPN 20190531 and AFAC 2019-1001. (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 812320 with a size standard of $5.5 mil. (v) CLIN Nomenclature CLIN 0001 - Laundry Service (Base Year), Unit of Issue: 12 Months CLIN 1001 - Laundry Service (Option Year 1), Unit of Issue: 12 Months CLIN 2001 - Laundry Service (Option Year 2), Unit of Issue: 12 Months CLIN 3001 - Laundry Service (Option Year 3), Unit of Issue: 12 Months CLIN 4001 - Laundry Service (Option Year 4), Unit of Issue: 12 Months (vi) Description of items to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for laundry services. Additional information is included in the attached performance work statement (PWS) dated 23 October 2019. There are 16 buildings and 28 locations throughout the Maintenance Group where laundry pick-up will be needed. Place of pick-up and delivery shall be on Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements described in the PWS are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the government to evaluate the minimum requirements detailed in this synopsis/solicitation. (vii) Period Of Performance: As detailed in the PWS this is a 5 year (1 base year with 4 option years) contract. The target start date is 1 December 2019. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Air Force FAR Site, http://www.acquisition.gov ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: •a. DUNS Numbers: •b. TIN Number: •c. CAGE Code: •d. Contractor Name: •e. Payment Terms (net30) or Discount: •f. Point of Contact and Phone Number: •g. Email address: •h. FOB (destination or origin): •i. Warranty (if applicable) •j. Date Offer Expires (ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. ADDENDUM to 52.212-2, Evaluation - Commercial Items. The Government will award a firm fixed priced 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: (i) Technical capability of the item offered to meet the Government requirement; your quote package, MUST include the completed excel spread sheet breakdown for base year and option year services (Attachment 2), and detailed information for proposed products to be leased (fabric material, sizes, features, etc). Information should clearly show and demonstrate your company's ability to meet the stated requirements of section "(iv) Description of Items to be acquired." Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation. (ii) Price; This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor's ability to meet the requirements of the PWS. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: 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)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553 ). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note )). 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 ). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) ( 31 U.S.C. 6101 note ). 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 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 ). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) ( 15 U.S.C.644 ). 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) ( 15 U.S.C.637(a)(14) ). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) ( 15 U.S.C. 632(a)(2) ). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) ( 38 U.S.C. 4212 ). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) ( 29 U.S.C.793 ). 52.222-37, Employment Reports on Veterans (Feb 2016) ( 38 U.S.C. 4212 ). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Jan 2019) ( 22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) ( 31 U.S.C. 3332 ). 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67 ). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67 ). In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Dry Cleaner (WG-5) $20.09 + $8.10 (40.3% Fringe) Pressor, Machine, Wearing Apparel, Laundry (WG-2) $15.58 + $6.28 (40.3% Fringe) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67 ). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text c lauses can be accessed via http://www.acquisition.gov PROVISIONS INCORPORATED BY REFERENCE FEDERAL ACQUISITION REGULATION 52.204-7 System for Award Management (Oct 2018) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 52.217-5 Evaluation of Options (Jul 1990) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT 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) PROVISIONS INCORPORATED BY FULL TEXT FEDERAL ACQUISITION REGULATION 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are□ are not□ presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have□ have not□, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); (C) Are□ are not□ presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have□, have not□, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has Ü has not Ü, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity ( e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section1001, Title18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) CLAUSES INCORPORATED BY REFERENCE FEDERAL ACQUISITION REGULATION 52.201-1 Definitions (Nov 2013) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011) 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.222-1 Notice to the Government of Labor Disputes (Feb 1997) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.223-17 Affirmative Procurement of EA-Designated Items in Service and Construction Contracts (Aug 2018) 52.232-17 Interest (May 2014) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-2 Service of Protest (Sep 2006) 52.237-1 Site Visit (Apr 1984) 52.237-3 Continuity of Services (Jan 1991) 52.242-13 Bankruptcy (Jul 1995) 52.243-1 Changes-Fixed Price (Aug 1987) 52.243-1 Alt II Changes-Fixed Price (Aug 1987) - Alt II (Apr 1984) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT 252.201-7000 Contracting Officer's Representatice (Dec 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requiremen to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7003 Agency Office of the Inspector General (Aug 2019) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Level I Antiterrorism Awareness Training for Contractors (Feb 2019) 252.204-7011 Alternatice Line Item Structure (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (May 2019) 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015) 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT FEDERAL ACQUISITION REGULATION 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to contact expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Sep 2024. (End of clause) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT DFARS 252.232-70006 Wide Area Workflow Payment Instructions (Dec 2018) (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. "Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items- (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ COMBO INVOICE (Invoice + Receiving Report) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (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 F1S0AB Ship To Code N/A Ship From Code N/A Mark For Code TBD Service Approver (DoDAAC) F1S0AB Service Acceptor (DoDAAC) F1S0AB Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (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. _________________________________________________________________ Techical POC: Financial POC: Contract Specialist: Sandy Guité email: sandy.guite@us.af.mil Contract Officer: Monika Masei, email: monika.masei@us.af.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT 5352.201-9101 Ombudsman (OCT 2019) (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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC 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) 5352.223-9001 Health and Safety on Government Installations (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (OCT 2019) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (OCT 2019) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 8 November 2019 at 5:00 PM Pacific Standard Time (PST). Offers must be sent to Sandy Guité at sandy.guite@us.af.mil and Monika Masei at monika.masei@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 30 October 2019 on or before 11:00 AM Pacific Standard Time (PST). (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Sandy Guité, Contract Specialist Sandy.guite@us.af.mil Phone: 6612758889 Secondary Point of Contact: Monika Masei Contracting Officer Monika.masei@us.af.mil Phone: 6612778658
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-20-Q-0001/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN05483666-W 20191030/191028230355-2594a156b026c52dc059fcce9ab53443 (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.