SOLICITATION NOTICE
R -- Discovery Resource Center Coordinator - Combined Synopsis/Solicitation
- Notice Date
- 5/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F3B3032107A001
- Archive Date
- 8/11/2012
- Point of Contact
- Claire Hammond, Phone: 011441638522407
- E-Mail Address
-
claire.hammond@lakenheath.af.mil
(claire.hammond@lakenheath.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Combined Synopsis/Solicitation RFQ -Discovery Resource / Family Service Coordinator - Reference (F3B3032107A001) Requesting Agency: 100 Force Support Squadron 100 FSS/FSFR RAF Mildenhall, Bury St. Edmunds, Suffolk, IP28 8NF, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3032107A001 Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 611710, Educational support services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated 18 April 2012 and Defense Federal Acquisition Regulation DPN 20120420 effective 20 April 2012. Potential bidders are to quote for the services outlined in the Performance Work Statement (PWS), which is included as an attachment to this solicitation: 1. Quote shall include a unit and total price for the following item: • CLIN 0001 - Discovery Center Coordinator @ RAF Mildenhall, England (in accordance with the attached PWS), Period of Performance: 1 September 2012 through 31 August 2013. Quantity 1960 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) Quote Specifics: Quotes are due to this office no later than 01.00PM Greenwich Mean Time, 27 July 12. Quotes may be sent via e-mail to claire.hammond@lakenheath.af.mil or faxed to 011-44-(0)1638-52-2189. All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (if previously obtained) 4. Quotes must be valid for a period of no less than 80 days. 5. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 and its Alt 1, for additional directions. 6. If awarded the contract you must be enrolled in Wide Area Work Flow (WAWF) for purpose of invoicing/payment https://wawf.eb.mil/ Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical Capability of the service offered to meet the Government requirement(Acceptable/Not Acceptable); a. RESUME for personnel outlined in the PWS 2. Past Performance; 3. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13.5. The best value approach for evaluation will entail a resultant award determination based upon: the lowest priced technically acceptable quotation, assigned an acceptable past performance rating. In order to be considered for award by the Government, vendors must adhere to the quotation requirements and respective evaluation factors of; 1.) Technical Capability 2.) Past Performance and 3.) Price as detailed in addendum herein to Clause 52.212-1. (c) As outlined in para (a) above, the evaluation factors of Price, Technical Acceptability, and Past Performance will be utilized by the Government in making an award determination. Therefore, quotations should contain the vendor's best terms, from a price, technical-specification, and past performance standpoint (as indicated in FAR provision 52.212-1, Instructions to Offerors-Commercial Items, Addenda). Primary point of contact: Ms. Claire Hammond, Contract Specialist, TEL: 01638-52-2407 or email: claire.hammond@lakenheath.af.mil Alternate point of contact: Ms. Anna Gulewich, Contracting Officer, TEL: 01638-52-2382 or email: anna.gulewich@lakenheath.af.mil The following clauses and provisions apply to this solicitation and are included either by reference or full text: SEE FOLLOWING PAGE AVAILABILITY OF FUNDS: In accordance with FAR 32.705-1(a) and FAR clause 52.232-18-Availability of Funds, the following is provided: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Federal Acquisition Regulations (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Defense Federal Acquisition Regulations (DFAR) Provisions: 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.233-7001 Choice of Law (Overseas) Federal Acquisitions Regulation (FAR) Clauses: 52.201-1 Definitions 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Defense Federal Acquisition Regulations (DFAR) Clauses: 252.204-7004 Alternate A (Required Central Contractor Registration) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.255-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.225-9004 Submission of Offers in Other than United States Currency The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil 52.212-1 Instructions to Offerors-Commercial Items Addenda As prescribed in FAR 12.301 the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 611710, Educational support services. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on this document (page 1), letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the bidder shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (i) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for quotation, it was the only quote received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes 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 offers 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. (5) Quote may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a vendor or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price, technical acceptability, and past performance standpoint. The Government may accept other than the lowest quote and waive informalities and minor irregularities in quotes received. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. ADDENDUM TO FAR 52.212-1 QUOTATION PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a resume, past perfromance informations, and price quote information-- as further defined below B. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Technical Specifications of Quoted Services Part II Past Performance Information -and, Part III - Price Quotation C. Specific Instructions: PART I - TECHNICAL 1. RESUME for personnel outlined in the PWS PART II - PAST PERFORMANCE INFORMATION -Only references for same or similar type contract are desired. Submit original. 1. The Government will evaluate the quality and extent of vendor's performance deemed relevant to the requirements of this RFQ. Provide a list of at least two (2), of the most current recent and relevant contracts performed for Federal agencies and commercial customers. Recent contracts is defined as a contract for which services were provided within the last three years. A relevant contract is defined as a contract of similar service. 2. Vendors must submit recent and relevant contact information for at least two (2), of the most current recent and relevant contracts performed for State/Federal agencies and commercial customers. To be considered recent, services for a particular customer must have been provided within the last three (3) years. To be considered relevant, services must be, or have been, similar in size and complexity as the requirement in this solicitation. A reference list will be provided by the vendor, with a minimum of two (2) references, of recent and relevant contracts or projects performed. The contracting officer will be responsible for contacting the vendor's points of contact via email or telephone. Multiple customer contacts can be provided for the same customer. The Government will evaluate the quality and extent of vendor's performance deemed relevant to the requirements of this RFQ. 3. For each contract or project offerors must provide the following information: a. Company/Division name b. Service c. Contracting Agency/Customer d. Contract/Project Number e. Contract Dollar Value f. Period of Performance g. Verified, up-to-date name, address, email, and telephone number of the primary customer point of contact and/or contracting officer 4. If a business teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. 5. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor‘s consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. PART III - PRICE - Submit one (1) copy 1. Insert quoted unit and extended prices in the above price schedule. All pricing will be submitted in United States Dollars ($) and at minimum, remain valid from the date of submission for 80 days. Quotations must be priced and submitted for the entire performance period. (End of Provision) 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) Award Basis: The Governments evaluation of quotations will fully account for the evaluation factors identified and required under 52.212-1 of 1.) Technical Capability, 2.) Past Performance, and 3.) Price. The evaluation of these factors will utilize an award basis that results in an award to the lowest priced technically acceptable quotation, that has been assigned an acceptable past performance rating. Quotes that do not meet the stated minimum technical specifications, will be deemed technically unacceptable, and therefore not considered for award. In addition, vendor's that are assigned an unacceptable past performance rating will not be considered for award. Finally, quotations that are incomplete and/or are determined to be priced unreasonably too high or too low, may not be selected for award. Therefore, quotations should contain the vendor's best terms, from a price, technical-specification, and past performance standpoint. Under the LPTA source selection process, trade-offs are not permitted, proposals are evaluated for acceptability but not ranked using the non-price factors. (b) Evaluation: Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Technical: The government will evaluate technical proposals and the below listed sub-factors in accordance with the PWS on a pass/fail-basis, assigning ratings of acceptable, or unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating for this Technical Capability primary factor. Accordingly, under the LPTA source selection approach, vendors who receive an unacceptable rating for this factor, will not be considered for award. Technical Acceptability shall be evaluated against the following sub-factors: Technical ratings will be evaluated entailing a comparison of quoted specifications with relation to specifications of the government's requirements, and qualifications. If the associated qualifications of any quoted service do not meet the Government's stated minimum qualification, may result in a vendor's entire quotation being ineligible for award. As a result of the government's evaluation of the aforementioned Technical Capability sub-factors of Job Qualifications and all associated elements accordingly, a determination of acceptable of unacceptable will be assigned using the following ratings and descriptions: Technical Capability Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. ii. Past Performance: Past performance ratings will be evaluated using the list of current/recent and relevant references provided by vendors. A telephone interview will be conducted by the government to evaluate each vendors past performance to determine whether or not the services met contract requirements, and also if the services were performed in accordance with prescribed performance schedules. The result of the assessment will determine if a vendor's past performance on recent and relevant contracts was favorable, or unfavorable. Failure by vendors to submit past performance information, or the inability to accurately reference points of contacts may result not being selected for award. The evaluation of past performance information will result in an overall assessment of satisfactory or unsatisfactory as follows: Past Performance Evaluation Ratings Rating Description Satisfactory Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort in meeting the requirements of the solicitation and resultant contract if awarded, or the offeror's performance record is unknown. (See note below) Unsatisfactory Based on the vendor's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of satisfactory/unsatisfactory, "unknown" shall be considered "satisfactory". iii. Price: The offeror's total proposed price will be verified by multiplying the unit price by the quantity to arrive at the total quoted price. As this requirement is a "commercial" service that will result in a "firm-fixed-priced" contract, a comparison of offeror's proposed, competitive quotes will satisfy the requirement for price analysis, in establishing price reasonableness in accordance with FAR Part 13.106-2. If a determination of reasonable pricing cannot be established through adequate price competition, the Government may use additional price analysis techniques in accordance with FAR Part 13.106-3. Quotations that are determined to be priced unreasonably, as either too high or too low, may not be selected for award. (c) Award Determination: As a result of the Government's aforementioned evaluation, only those vendors whose proposals are determined to be technically acceptable and that have been assigned a satisfactory past performance rating, will be considered for award. Of those vendors found technically acceptable, and assigned satisfactory past performance ratings, award will be made to the lowest priced offeror whose price is determined reasonable and affordable. A written notice of award or acceptance of a quotation, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quotation, shall result in a binding contract without further action by either party. Before the vendor's specified expiration time, the Government may accept a quotation. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (End of Provision) PERFORMANCE WORK STATEMENT (PWS) 15 March 2012 AIRMAN & FAMILY READINESS (A&FRC) RECEPTION/DISCOVERY CENTER COORDINATOR (SOCIAL SERVICE COMMUNITY ASSISTANT) 1. Introduction: Non-personal Service - The Contractor is responsible for providing all personnel, transportation, and services for administrative, customer service, and social service community support for the purposes of providing assistance in the A&FRC Discovery/Reception Center. Primary source of support will be RAF Mildenhall A&FRC unless otherwise specified. This position involves performing customer service support to A&FRC customers which includes conducting customer intake assessments, providing information and referral, some administrative and customer services tasks, as well as some information technology related tasks-all requiring independent judgment. In addition, this position requires initiative, customer focused sensitivity, and discretion. Responsibilities include (but are not limited to) greeting visitors, conducting customer intake assessments, answering phones, providing informational and referral services to customers, registering customers for classes and appointments, receiving and distributing mail and correspondence, photocopying, maintaining paper and electronic files, maintaining Air Force Family Integrated Results and Statistical Tracking database (FIRST), updating Virtual Military Personnel Flight (VMPF), ordering supplies issued by Base Supply (Logistics Readiness Squadron (LRS), issuing correspondence related to Discovery Center operations and Loan Locker, overseeing and maintaining Discovery Center Resource library, checking out materials from Discovery Center and Loan Locker, inventorying and maintaining control and oversight of Loan Locker and Discovery Center items, assisting customers with operation of computers in Discovery Center, maintaining software and links on computers, as well as performing simple maintenance and trouble shooting of Discovery Center computers. Position will also serve as a back up to A&FRC Community Readiness Assistant as described further within. Position will involve light lifting and will require mobility (i.e. may have to sit on floor to inspect connections). 1.1. General Location: The work is to be performed at RAF Mildenhall A&FRC, Building 460. 1.2. Period of Performance: 1 Sep 2012 to 31 Aug 2013. 1.3. Work Day: Services shall be performed 40 hours per week, during the times A&FRC Discovery Center is open which currently is Monday - Wednesday and Friday, 0730 AM to 1630 PM, and Thursdays 0830 AM - 1730 PM with a lunch hour from 1130-1230. Services are not required and will not be paid for on US Federal Holidays, USAFE Family Days or 100 ARW Goal days, or other days in which A&FRC is scheduled to be closed for business (i.e. scheduled training days, or facility maintenance). US Federal Holidays are New Year's Day, Martin Luther King Jr.'s Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. If Contractor personnel is required to attend A&FRC job related meetings or trainings outside the normal duty hours, contract personnel shall adjust their schedule so as not to exceed 40 hours for the week. All work will be performed during the above times or exceptions; overtime will not be required. Contractor will be notified in writing if A&FRC opening times need to be changed due to mission requirements, and any changes to contractor's schedule as a result. Changes will not require contractor to work more than 40 hours a week. 2. Scope of Work: Contractor personnel shall be responsible with assisting customers upon their entrance to the A&FRC. The Contractor shall provide reception services for A&FRC Discovery/Reception Center visitors/clients and accomplish customer service and administrative duties asrequired. The Contractor's duties shall also include, but are not limited to: 2.1. Meet and greet customers upon entry to A&FRC, ensuring all customers are logged in to FIRST and/or have signed in for computers in Discovery Center. 2.2. Will assist with the administration of Personnel Readiness Inventory (PRI) or future A&FRC assessment tool to all customers arriving in Discovery Center waiting for appointments with Community Readiness Consultant or Technicians (CRC/CRT). Will ensure PRIs are entered into FIRST. 2.3. Will provide Information and Referral assistance to phone and walk-in customers, and other phone customers in the absence of the Community Readiness Assistant when needed, directing customers to appropriate A&FRC staff member as necessary. 2.4. Answer Discovery Center phone line within 3 rings, assisting callers with A&FRC services and class information and registration if requested, and directing calls to appropriate staff member. Make appropriate CRC/CRT appointment bookings on customer's behalf. 2.5. Perform minor troubleshooting on computers, printers, TVs and DVD players, to include keeping printers loaded with paper, clearing paper jams, changing toner cartridges, ensuring cables are connected, assisting with using remote controls, ensuring customers know how to use equipment. 2.6. Post new job listings as received and purge outdated listings on a weekly basis on Discovery Center Computers. 2.7. Assist customers with the A&FRC computer bank (e.g. showing location of websites, helping them to log-on, assisting them load paper into printer, etc.). 2.8. Coordinate with A&FRC personnel when necessary to ensure customers receive correct information and/or are referred to appropriate resources and assistance. 2.9. Maintain Discovery Center notebooks and literature, ensuring Core Compliance A&FRC staff are notified when materials need to be replenished. 2.10. Ensure Discovery Center is neat and organized. This includes updating resource racks and shelves as new materials become available, discarding outdated material, and ensuring materials are in correct locations. Straightening materials, removing trash, wiping furniture down as necessary, removing, or relocating to appropriate location non-A&FRC marketing materials. 2.11. Ensure printer/copier is always supplied with paper and toner, notifying A&FRC Chief or NCOIC when more supplies are required. 2.12. Provide orientations of the Discovery Center for walk-in customers and workshop participants. Update and provide handouts as appropriate. 2.13. Check out books and/or videos for loan and follow up on their return. 2.14. Ensure customers sign in to document usage of Discovery Center. 2.15. Ensure all customers visiting the A&FRC for something other than the Discovery Center or Loan Locker complete and sign the Customer Consent forms. Until process is automated, will scan all signed consent forms into FIRST. 2.16. Conduct weekly checks of client computer usage, insuring that computers are being used for job search functions, relocation issues, deployment contacts, and not for unauthorized Internet sites. Ensure computer workstations are clean, neat and orderly. Wipe down computer workstations and computers on a daily basis. Ensure Anti-Virus scans are performed daily. Enforce computer usage rules. 2.17. Input and track Discovery Center and Loan Locker visits in the FIRST data tracking system as needed throughout the day. 2.18. Inventory Loan Locker and Discovery Center items upon initial assumption of duties and continue to track inventory of items, notifying NCOIC or Chief of A&FRC when items are damaged, lost, stolen and in need of replacement. Failure to do so will result in contractor being held liable for missing or damaged property at contract's end. 2.19. Ensure all items checked out from Discovery Center or Loan Locker are recorded in FIRST, and that customers have completed lending agreements for items on file and in their possession. 2.20. Prepare and send appropriate reminder memos to customers regarding return of checked out items and materials. 2.21. Ensure accountable items such as GPS units have appropriate hand receipts on file when checked out to customer. 2.22. Issue vouchers or coupons to qualified customers for special programs such as DePLAY Passes, or other similar type of special promotional or morale related programs. 2.23. Provide assistance to customers faxing approved documents. Fill out AF Form 1072 for long distance faxes. 2.24. Pickup and deliver A&FRC mail by 1500 each day. Coordinate pick-up time with A&FRC Chief or NCOIC so that Discovery Center can be manned by A&FRC staff while mail is being collected. 2.25. Provide customers with donated grocery coupons. 2.26. Maintain inventory of layettes, notifying volunteers when more layettes are required. Provide layettes to qualified customers. 2.27. Send thank you notes to volunteers for layettes and coupons within a week of receiving the coupons or layettes. 2.28. Ensure that Discovery Center is opened and ready for customers each day to coincide with when A&FRC opens. Discovery Center must not be closed earlier then A&FRC closing hours. 2.29. Invoice monthly for services rendered. Time off not covered by a replacement will not be compensated for, and will be subtracted from the invoice for that month. Contractor cannot bill for days service is not required when A&FRC is closed as outlined in para 1.3. Contract will be billed for in hourly units, not smaller than quarterly hour increments. 3. Job Qualifications: 3.1. The Contractor's personnel performing these duties shall have a minimum of a bachelor's degree, preferably in a human service career field and knowledge of A&FRC. College course work should include at minimum 24 hours of human services related college course work (i.e. sociology, psychology, nursing, etc.). Four or more years of experience working in a human service career field may be substituted for degree requirements. Additionally applicants must have 1-year administrative and 1-year customer service or human services experience. 3.2. Must have basic administrative skills and good interactive communication skills. 3.3. Must be proficient with Microsoft Software applications such as Word, Excel, Outlook, Power Point, etc. 3.4. The Contractor shall submit, at a minimum, the resume(s) of personnel who will be performing contract duties with at least two work related references to demonstrate qualifications of personnel. References cannot be from family members or friends. 3.5. Contractor personnel must have, or be qualified to obtain, a favorable National Agency Clearance (NAC) check in order to obtain a CAC (Common Access Card) card and LAN access. Cost for CAC card will be paid for by Government. Only permanent contract personnel will receive CACs. 3.6. Contractor shall have a good record of and maintain at a minimum, satisfactory punctuality rate and attendance record. Satisfactory is defined as not having derogatory and/or negative comments concerning punctuality or attendance. A satisfactory record of attendance and punctuality may also be verified/defined in accordance with commercial standards for authorized time-off. On-going punctuality will be measured against criteria outlined in para 2.28. 4. Applicable Publications and Forms: The Contractor shall follow the Air Force Instructions (AFI) listed below. The Government will provide all the required publications and forms at the start of performance. The Contractor, in conjunction with the A&FRC Flight Chief, shall be responsible for establishing requirements with the Publications Distribution Office and maintaining publications in accordance with applicable instructions. 4.1. AFI 36-3009, Airman and Family Readiness Center Program. 4.2. AFI 91-301, Air Force Occupational Safety, Fire Prevention, and Health Program. 4.3. All Airman and Family Readiness Center Operating Instructions. 5. Base Access: 5.1. Permission for Contractor personnel and vehicles to enter the installation is subject to the approval of the Base Security Forces. The Contractor shall ensure the pass and identification items (valid drivers license, current vehicle registration, and current insurance) required for entry access during the contract performance is obtained for employees and non-Government owned vehicles with the RAF Mildenhall Security Office/Visitors Center. 6. Government Furnished Property and Support: The Government will provide the following at no cost to the Contractor: 6.1 Equipment and Supplies: The A&FRC will supply, maintain, repair, and/or replace Government owned equipment (i.e. computers, printers, and telephones). 6.2. All necessary office supplies required in performance of this requirement. 6.3. The A&FRC will be responsible for providing the necessary paperwork to get contractor's personnel access the RAF Mildenhall LAN. Contractor is responsible for ensuring personnel complete required documents within 24 hours so computer access can be obtained in a timely manner. Contractor personnel will be required to pass an Information Assurance exam to gain access to the network, and have a favorable Security background check. Due to cost of security investigations and CACs, A&FRC will only pay associated costs for primary permanent contract personnel. 7. Restrictions: The Contractor is prohibited from receiving monies or other benefits from any source as a direct or indirect result of the services provided by the A&FRC. Contract personnel are prohibited from presenting themselves as A&FRC employees. At no time shall the Contractor or their personnel obligate A&FRC funds, resources, or personnel, or request the same on behalf of the A&FRC. Contractor is prohibited from soliciting volunteers for the purposes of performing contract duties. 8. Training: Contractor personnel shall be required to attend or take training deemed essential or mandatory by Air Force Directives and Instructions or Airmen and Family Readiness Center Chief. If required, cost of training, to include travel/mileage, will be paid for by A&FRC. All other training deemed necessary by Contractor will be paid for by Contractor. 9. Dress and appearance: Contractor at a minimum shall wear business casual attire to work and appearance must be clean and professional at all times. 10. Absences and Personnel Substitutions: 10.1. If Contractor's primary personnel will be absent for 40 or more consecutive hours during monthly invoice period, a qualified substitute must be provided as outlined in para 3. A&FRC Chief or Readiness Non-Commissioned Officer In Charge (RNCOIC) and 48 CONS contract officer must be directly notified and provided substitute's credentials at least 4 weeks in advance to ensure substitute personnel meet contract qualifications. 10.2. For periods of less than 40 hours, a substitute is not required. Contractor is required to give as much advance notice of absence or substitute as possible. If service will not be provided during monthly invoice period, contractor's invoice will reflect a deduction taken for number of hours services were not performed. 10.3. Contractor shall give consideration to the impact absences will have upon A&FRC mission. Contractor will ensure that lack of service coverage will not exceed 40 total hours during any month, and no more than 40 hours during any yearly quarter. The quarters begin on first day of start of contract (see para 2.29). 10.4 Because substitute personnel will not be provided CACs, the scope of duties performed by substitutes will be limited. Contractor must take this into consideration when providing substitute personnel to perform duties and should minimize the use of substitutes. No more than 120 hours should be filled by substitutes during the lifetime of the contract. 52.212-3 Offeror Representations And Certifications--Commercial Items (Aug 2009) Alternate I (Apr 2002) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (a) Definitions. As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). -Manufactured end product‖ means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. -Place of manufacture‖ means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates,that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. (Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Vendors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business vendors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Vendor's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Vendor's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) (The offeror shall check the category in which its ownership falls): ____Black American. ____Hispanic American. ____Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____Individual/concern, other than one of the preceding. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act--Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act--Balance of Payments Program--Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those 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 (2) of the definition of -domestic end product.‖ The terms -commercially available off-the-shelf (COTS) item,‖ -component,‖ -domestic end product,‖ -end product,‖ -foreignend product,‖ and -United States‖ are defined in the clause of this solicitation entitled -Buy American Act--Supplies.‖ (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms -Bahrainian, Moroccan, Omani, or Peruvian end product,‖ -commercially available off-the-shelf (COTS) item,‖ -component,‖ -domestic end product,‖ -end product,‖ -foreign end product,‖ -Free Trade Agreement country,‖ -Free Trade Agreement country end product,‖ -Israeli end product,‖ and -United States‖ are defined in the clause of this solicitation entitled -Buy American Act-Free Trade Agreements-Israeli Trade Act. (ii) ) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled -Buy American Act-Free Trade Agreements-Israeli Trade Act.‖ The offeror shall list as other foreign end products those 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 (2) of the definition of -domestic end product.‖ Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3032107A001/listing.html)
- Place of Performance
- Address: RAF Mildenhall, Bury St Edmunds, Suffolk, Non-U.S., United Kingdom
- Record
- SN02755600-W 20120524/120523000835-90dfe09b561254cd94d9f041125eebed (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 |