SOLICITATION NOTICE
10 -- Replica Rifles - Package #1
- Notice Date
- 8/21/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC/HIK - Gunter, 490 East Moore Drive, MAFB - Gunter Annex, Alabama, 36114, United States
- ZIP Code
- 36114
- Solicitation Number
- F2XJA75155AW01
- Archive Date
- 10/6/2015
- Point of Contact
- Kathy L. Owen, Phone: 3349535755, Mark K Restad, Phone: (334)953-3637
- E-Mail Address
-
kathy.owen@gunter.af.mil, mark.restad.1@us.af.mil
(kathy.owen@gunter.af.mil, mark.restad.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Replica Rifles Delivery Locations - Attachment 2 Replica Rifles Statement of Requirements (SOR) Attachment 1 Replica Rifles Solicitation Page 1 of 17 GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XJA75155AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-83 (03 Aug 2015) and the DPN 20150626 effective 26 Jun 2015. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 339920; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: The Holm Center on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 4004. This procurement will be awarded as a small business set-aside. All responses to this notice must be received by 21 September, 2015, 12:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Springfield 1903-A1 Replica Rifles or equal in accordance with (IAW) Attachment 1, Statement of Requirements (SOR) Estimated Quantity: - 1500 Each POP: 15 Sep 2015 - 14 Sep 2016 (Base Year) Page 2 of 17 CLIN 0002: Rubber Butt Plate for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2015 - 14 Sep 2016 (Base Year) CLIN 0003: Rifle Sling for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2015 - 14 Sep 2016 (Base Year) CLIN 0004: Engraving for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2015 - 14 Sep 2016 (Base Year) CLIN 1001: Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2016 - 14 Sep 2017 (Option Year One) CLIN 1002: Rubber Butt Plate for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2016 - 14 Sep 2017 (Option Year One) CLIN 1003: Rifle Sling for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2016 - 14 Sep 2017 (Option Year One) CLIN 1004: Engraving for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2016 - 14 Sep 2017 (Option Year One) CLIN 2001: Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2017 - 14 Sep 2018 (Option Year Two) CLIN 2002: Rubber Butt Plate for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2017 - 14 Sep 2018 (Option Year Two) CLIN 2003: Rifle Sling for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Page 3 of 17 Estimated Quantity: - 1500 Each POP: 15 Sep 2017 - 14 Sep 2018 (Option Year Two) CLIN 2004: Engraving for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2017 - 14 Sep 2018 (Option Year Two) CLIN 3001: Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2018 - 14 Sep 2019 (Option Year Three) CLIN 3002: Rubber Butt Plate for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2018 - 14 Sep 2019 (Option Year Three) CLIN 3003: Rifle Sling for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2018 - 14 Sep 2019 (Option Year Three) CLIN 3004: Engraving for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2018 - 14 Sep 2019 (Option Year Three) CLIN 4001: Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2019 - 14 Sep 2020 (Option Year Four) CLIN 4002: Rubber Butt Plate for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2019 - 14 Sep 2020 (Option Year Four) CLIN 4003: Rifle Sling for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2019 - 14 Sep 2020 (Option Year Four) CLIN 4004: Engraving for Springfield 1903-A1 Replica Rifles or equal IAW Attachment 1, SOR Estimated Quantity: - 1500 Each POP: 15 Sep 2019 - 14 Sep 2020 (Option Year Four) Page 4 of 17 *Please see attached Statement of Requirement (SOR). DELIVERY INFORMATION Delivery Date: 60 days after date of Delivery Order (DO) is awarded. Items will be delivered to various locations. **Note**: For various delivery locations please reference Attachment 2. Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Quotes must consist of two separate parts: Part I-Technical and Part II - Price. a) Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. b) Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. PART I - TECHNICAL: a) The Offer shall meet all minimum requirements in the attached Statement of Requirement (SOR), paragraphs 2.0 through 2.9; and submit a written statement to affirm that no exceptions are taken to the requirements of this synopsis/solicitation, including SOR, Schedule of Supplies/Services and terms and conditions. b) Performance Management Plan (PMP): The offeror shall complete the PMP that shows a general timeline, including all major milestones, from issuance of delivery order to delivery. The PMP may be expressed in terms of "days after order". This PMP shall include, at a minimum, a timeline for: Description Days After Order Ordering Engraving Delivery The PMP shall be approved by the Government prior to contract award. Page 5 of 17 c) To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. d) Responses to this notice shall be provided in writing via e-mail to Kathy Owen at kathy.owen@us.af.mil and Mark Restad at mark.restad.1@us.af.mil. All responses shall be received NLT 12:00 PM CST on 21 September 2015. Email is the preferred method. Points of Contact: Kathy Owen, Contracting Specialist; Phone (334) 953-5755, Fax (334) 953-3543 and Mark Restad, Contracting Officer, Phone (334)953-6776. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. PART II - PRICE: The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements. BASIS OF AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5 "Test Program for Certain Commercial Items." Award will be made to the responsible offeror based on price and technical acceptability. For quotes determined technically acceptable, a best value selection will be made based on price. PART I - TECHNICAL: Initially, the Government's technical evaluation team shall evaluate each technical criterion on an acceptable/unacceptable as follows: a) Meet all minimum requirements in the Schedule of Supplies/Services and the attached SOR and takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions. b) Performance Management Plan (PMP). The PMP will be evaluated for reasonableness in establishing a work plan for ordering and delivery of the requirements. The offeror shall complete the PMP timeline. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements). PART II - PRICE: Next, the Government will evaluate each price as follows: Page 6 of 17 The Government may use any of the following price analysis techniques IAW FAR 13.106(a) to determine price reasonableness: Price will be evaluated for reasonableness based on FAR 13.106-3 competitive quotes, comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: FAR 52.202-1, Definitions (Nov 2013) FAR 52.203-3, Gratuities (Apr 1984) FAR 52.203-6 Alt 1, Restricitions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.204-4, Printed of Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011) FAR 52.219-14, Limitations on Subcontracting (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13, Bankruptcy (Jul 1995) DFARS 252.203-7000, Requirements Related to Compensation of Former DoD officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) Page 7 of 17 DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.205-7000, Provisions Of Information to Cooperative Agreement Holders (DEC 1991) DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program (NOV 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012) DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) By Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. Page 8 of 17 (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). Page 9 of 17 ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 15 Sep 15 through 14 Sep 20. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. Page 10 of 17 (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 (one), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 1,500; (2) Any order for a combination of items in excess of 1,500; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere Page 11 of 17 in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 14 Sep 20. (End of Clause) FAR 52.217-7, OPTIONS FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) FAR 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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. Page 12 of 17 (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- Page 13 of 17 (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection location: Destination Acceptance location: Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC F2XJA7 Ship To Code F2XJA7 Ship From Code Not applicable. Mark For Code Not applicable. Page 14 of 17 Service Approver (DoDAAC) Not applicable. Service Acceptor (DoDAAC) F2XJA7 Accept at Other DoDAAC Not applicable. LPO DoDAAC Not applicable. DCAA Auditor DoDAAC Not applicable. Other DoDAAC(s) Not applicable. -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. @us.af.mil kathy.owen@us.af.mil mark.restad.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (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. Page 15 of 17 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 ombudsmen, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Clearance and Program Support Division, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The following provisions apply: By reference: FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1, Instructions to Offerors, Commercial Items (Apr 2014), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items (Oct 2014) FAR 52.217-5, Evaluation of Options (Jul 1990) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004, Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011) By full text: FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) Page 16 of 17 The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. In the event Representations and Certifications are not on file, Offerors must include a complete copy of the provisions at FAR Part 52 or on-line at http://farsite.hill.af.mil/vffara.htm. (End of provision) FAR 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 42 Contracting Squadron. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate-Basic (NOV 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. Page 17 of 17 (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) Attachments: 1.) Statement of Requirement (SOR) 2.) Delivery locations: Please reference this document for additional delivery information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/SSGHQ/F2XJA75155AW01/listing.html)
- Record
- SN03849906-W 20150823/150821235406-ff3f472c0aca80e2f395bdf0abdbba10 (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 |