Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOLICITATION NOTICE

78 -- Gym Epuipment

Notice Date
9/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA85197AW01
 
Archive Date
10/8/2015
 
Point of Contact
Mariah D. Smith, Phone: 334-953-3266
 
E-Mail Address
mariah.delaney.1@us.af.mil
(mariah.delaney.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 F2XJA85197AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-83 (03 Aug 2015) and the DPN 20150826 effective 26 Aug 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 Officer Training School on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 0054. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 23 September, 2015, 14:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001-AA: Sportsmith Olympic Bumper Plates, 230lbs set(2x10 lbs, 2x25 lbs, 2x35 lbs, 2x45 lbs ) Part # P16041S or Equal, QYT 2 EA CLIN 0002-AA: Upper Body, Hammer Strength Iso-Lateral Rowing Machine, Part # IL-ROW or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish QYT 1 CLIN 0003-AA: Upper Body, Hammer Strength Iso-Lateral Decline Press, Part # IL-DCP or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0004-AA: Upper Body, Hammer Strength Iso-Lateral Front Lateral Pull Down, Part # IL-PD or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0005-AA: Upper Body, Hammer Strength Iso-Lateral Horizonal Bench, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # IL-HBP or Equal, QYT 1 CLIN 0006-AA: Upper Body, Hammer Strength Iso-Lateral Super Incline Press, Part # IL-FMP, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0007-AA: Upper Body, Hammer Strength 4-way Neck, Part #PL-4W or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0008-AA: Upper Body, Hammer Strength Lateral Raise, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part #PL-LR or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0009-AA: Upper Body, Hammer Strength, Pullover, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-PO or Equal, QYT 1 CLIN 0010-AA: Upper Body, Hammer Strength, Seated Bicep, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-BI or Equal, QYT 1 CLIN 0011-AA : Upper Body, Hammer Strength, Seated/ Stand Shrug, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-SH or Equal, QYT 1 CLIN 0012-AA: Upper Body, Hammer Strength, Abdominal/Oblique Crunch, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-AB or Equal, QYT 1 CLIN 0013-AA: Upper Body, Hammer Strength, Seated Dip, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-DIP or Equal, QYT 1 CLIN 0014-AA: Upper Body, Hammer Strength, Abductor, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-ABD or Equal, QYT 1 CLIN 0015-AA: Upper Body, Hammer Strength, Abductor, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, Part # PL-ADD or Equal, QYT 1 CLIN 0016-AA: Lower Body, Hammer Strength Iso-Lateral Leg Curl, Part # IL-LC or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0017-AA: Lower Body, Hammer Strength Iso-Lateral Leg Extention, Part # IL-LE or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0018-AA: Lower Body, Hammer Strength Seated Calf Raise, Part # PL-CALF or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0019-AA: Lower Body, Hammer Strength Tibia Dorsi Flexion, Part # PL-TIB or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0020-AA: Lower Body, Hammer Strength Ground Base Squat Lunge, Part # GB-SL or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0021-AA: Hammer Strength Jammer, Part # GB-J, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0022-AA: Hammer Strength Olympic Flat Bench, Part # O-FB, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0023-AA: : Hammer Strength Olympic Incline Bench, Part # OIB, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0024-AA: Hammer Strength Olympic Decline Bench, Part # O-DB, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0025-AA: Hammer Strength Olympic Military Bench, Part # O-MB, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0026-AA: Hammer Strength Utility Bench 75 Degree, Part # FW-UB75, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0027-AA: Hammer Strength Adjustable Bench, Pro Style, Part # FWMAB, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0028-AA: Hammer Strength Olympic Flat Bench, Part # FW-FB, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0029-AA: Hammer Strength Olympic Seated Arm Curl Bench, Part # FW-AC, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0030-AA: Hammer Strength Body Weight Glute/Ham Bench Fixed, Part # BW-GH, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0031-AA: Life Fitness Body Weight Chin/Dip/Leg Raise, Part # SCDLR or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0032-AA: Hammer Strength Back Extention, Part # BW-BE or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0033-AA: Hammer Strength Deluxe Weight Tree, Part # FW-DWT or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 4 CLIN 0034-AA: Hammer Strength Dumbbell Rack-Triple Tier, Part # FW-DR3, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 2 CLIN 0035-AA: Hammer Strength Powder Rack, Part # ASPR, or Equal, 11 Guage Steel Frame, Electrolactic Powder Coat Finish, QYT 1 CLIN 0036-AA: Olympic Weight Plates w/ Handles, 45 lbs, Polyurethane Coated, QYT 50 CLIN 0037-AA: Olympic Weight Plates w/ Handles, 35 lbs, Polyurethane Coated, QYT 30 CLIN 0038-AA: Olympic Weight Plates w/ Handles, 10 lbs, Polyurethane Coated, QYT 25 CLIN 0039-AA: Olympic Weight Plates w/ Handles, 5 lbs, Polyurethane Coated, QYT 25 CLIN 0040-AA: Olympic Weight Plates w/ Handles, 2.5 lbs, Polyurethane Coated, QYT 20 CLIN 0041-AA: Dynamax Medicine Balls or Equal, 12 pc. Set, (2) 4-lbs, (2) 6-lbs, (2) 8-lbs, (2) 14-lbs, (2) 16-lbs, (1) 18-lbs, (1) 20-lbs, QYT 2 CLIN 0042-AA: Dumbbell Sets, from 5 lbs up to 100lbs, 5lb increments Durable Black Polyurethane Finish, Easy to Read Engraved Markings Permanently Engraved and Painted on Each Head, Iron Grip or Equal, Soild Steel, QYT 1 CLIN 0043-AA: Life Fitness 95 SE Stair CLimber, Part # LF 95SE or Equal, QYT 1 CLIN 0044-AA: Cable Machine, Stand Alone Cross Over, Two Adjustable High/Low Pulley Stations, Connector That Offer Dual Chin Up Bar Options, QYT 1 CLIN 0045-AA: Torque Fitness Chin Dip Assist, Powder Coat Paint Finish Frame, Protective Weight Stack Shroud, Steel Weight Plates, w/ Bearings, Grips, Thermorubber Compound w/ Alum Collars, Commercial Grade, Part # MACD or Equal, QYT 1 CLIN 0046-AA: Concept 2 Row Machine Indoor Rower, Part/Model D or equal, QYT 2 CLIN 0047-AA: Weight Scale, Digital, Medical Rated, measurement: lbs, QYT 2 CLIN 0048-AA: Height Stadiometers, Measure Ranges: 24"-84" Minimum, QYT 2 CLIN 0049-AA: Iron Grip Olympic Bars or Equal, 45 lbs, Steel Sleeves, Industrial Chrome Finish, Medium Diamond Knurling with a Center Knurl, 7ft bar, QYT 5 CLIN 0050-AA: Iron Grip Curl Bars or Equal, Steel Sleeves, Industrial Chrome Finish, Medium Diamond Knurling with a Center Knurl, 4 ft bar, QYT 5 CLIN 0051-AA: Iron Grip Striaght Bars or Equal, Steel Sleeves, Industrial Chrome Finish, Medium Diamond Knurling with a Center Knurl, 5 ft bar, QYT 1 CLIN 0052-AA: Iron Grip Muscle Clamp Collar Pairs or Equal, Durable Glass Filled Nylon, Internal Wear Guards to Protect From Scratching or Equal, QYT 5 CLIN 0053-AA: Olympic Weight Plates With Handles or Equal, 25 lbs, Polyurethane Coated, Part/SKU # 3909-25, QYT 35 CLIN 0054-AA: Hammer Strength Athletic Series 6x8 Platform w/Insert, Part # AS6X8SI or equal, QYT 1 DELIVERY INFORMATION Delivery Address: Officer Training School, Bldg 1487 Attention: Capt Corey Steinkoenig 501 LeMay Plaza Maxwell AFB, AL 36112-6430 Shipping will be FOB Destination 30 Days ADC 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. •a) The offeror must submit dated quote on company letterhead with unit prices, extended prices, discount terms, tax identification number, cage code, and DUNS 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. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. •b) To be eligible to receive an award resulting from this RFQ, offerors 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. •c) The offeror must sign, complete, and submit the attached Buy American Act Certificate. •d) The offerer must submit a realistic delivery date for the requested item(s). •e) Responses to this notice shall be provided in writing via e-mail to Mariah Delaney at mariah.delaney.1@us.af.mil and MSgt Jason Compton at jason.compton.2@us.af.mil. All responses shall be received NLT 14:00 PM CST on 23 September 2015. Email is the preferred method. Points of Contact: Mariah Delaney, Contracting Specialist; Phone (334) 953-3266, Fax (334) 953-3543 and MSgt Jason Compton, Contracting Officer, Phone (334)953-7393. IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror: •a) Meets the requirements described in CLIN 0001-0054 and takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions. Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. ATTACHMENT(s): 1. Buy American Act Certificate CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13, System for Award Management Maintenance (Jul 2013) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.212-4,Contract Terms and Conditions -- Commercial Items (Dec 2014) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul. 2013) 52.233-3, Protest after Award (Aug. 1996) 52.233-4, Applicable Law For Breach Of Contract Claim (OCT 2004) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 52.253-1, Computer Generated Forms (Jan 1991) 252.203-7000, Requirements Related to Compensation of Former DoD officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (Aug 2015) 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials-Basic (Sep 2014) 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments Program (Nov 2014) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 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. (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). ___ (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. 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) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 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 F2XJA8 Ship To Code F2XJA8 Ship From Code Not applicable. Mark For Code Not applicable. Service Approver (DoDAAC) Not applicable. Service Acceptor (DoDAAC) F2X3CE 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. mariah.delaney.1@us.af.mil jason.compton.2@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) 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The following provisions apply: By reference: 52.204-7, System for Award Management (Jul 2013) 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors -- Commercial Items (Apr 2014) 252.204-7004 Alt A, Alternate A, System For Award Management (Feb 2014) 252.204-7011, Alternative Line Item Structure (Sep 2011) 252.211-7006, Passive Radio Frequency Identification (Sep 2011) By full text: 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items (Mar 2015) 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. (End of Provision) 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) 252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) (a) Definitions. "Bahrainian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "foreign end product," "Moroccan end product," "Panamanian end product," "Peruvian end product," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American-Free Trade Agreements-Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) For line items subject to the Buy American-Free Trade Agreements-Balance of Payments Program-Basic clause of this solicitation, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, Panamanian end products, or Peruvian end products without regard to the restrictions of the Buy American or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American-Free Trade Agreements-Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror shall identify all end products that are not domestic end products. (i) The offeror certifies that the following supplies are qualifying country (except Australian or Canadian) end products: (Line Item Number) (Country of Origin) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, Panamanian end products, or Peruvian end products: (Line Item Number) (Country of Origin) (iii) The following supplies 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) Attachement 1 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (NOV 2014) (a) Definitions. As used in this clause "Commercially available off-the-shelf (COTS) item"- (i) Means any item of supply (including construction material) that is- (A) A commercial item (as defined in paragraph (1) of the definition of "commercial item" in section 2.101 of the Federal Acquisition Regulation); (B) Sold in substantial quantities in the commercial marketplace; and (C) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (ii) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into an end product. "Domestic end product" means- (i) An unmanufactured end product that has been mined or produced in the United States; or (ii) An end product manufactured in the United States if- (A) The cost of its qualifying country components and its components that are mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. The cost of components includes transportation costs to the place of incorporation into the end product and U.S. duty (whether or not a duty-free entry certificate is issued). Scrap generated, collected, and prepared for processing in the United States is considered domestic. A component is considered to have been mined, produced, or manufactured in the United States (regardless of its source in fact) if the end product in which it is incorporated is manufactured in the United States and the component is of a class or kind for which the Government has determined that- (1) Sufficient and reasonably available commercial quantities of a satisfactory quality are not mined, produced, or manufactured in the United States; or (2) It is inconsistent with the public interest to apply the restrictions of the Buy American statute; or (B) The end product is a COTS item. "End product" means those articles, materials, and supplies to be acquired under this contract for public use. "Foreign end product" means an end product other than a domestic end product. "Qualifying country" means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries: Australia Austria Belgium Canada Czech Republic Denmark Egypt Finland France Germany Greece Israel Italy Luxembourg Netherlands Norway Poland Portugal Spain Sweden Switzerland Turkey United Kingdom of Great Britain and Northern Ireland. "Qualifying country component" means a component mined, produced, or manufactured in a qualifying country. "Qualifying country end product" means- (i) An unmanufactured end product mined or produced in a qualifying country; or (ii) An end product manufactured in a qualifying country if - (A) The cost of the following types of components exceeds 50 percent of the cost of all its components: ( 1 ) Components mined, produced, or manufactured in a qualifying country. ( 2 ) Components mined, produced, or manufactured in the United States. ( 3 ) Components of foreign origin of a class or kind for which the Government has determined that sufficient and reasonably available commercial quantities of a satisfactory quality are not mined, produced, or manufactured in the United States; or (B) The end product is a COTS item. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) This clause implements 41 U.S.C chapter 83, Buy American. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for an end product that is a COTS item (see section 12.505(a)(1) of the Federal Acquisition Regulation). Unless otherwise specified, this clause applies to all line items in the contract. (c) The Contractor shall deliver only domestic end products unless, in its offer, it specified delivery of other end products in the Buy American Balance of Payments Program Certificate provision of the solicitation. If the Contractor certified in its offer that it will deliver a qualifying country end product, the Contractor shall deliver a qualifying country end product or, at the Contractor's option, a domestic end product. (d) The contract price does not include duty for end products or components for which the Contractor will claim duty-free entry. (End of clause) _____________________________ Signature DATE:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA85197AW01/listing.html)
 
Record
SN03886133-W 20150917/150915235528-69dc39b54f6841842d2e9e8fe67b7dbf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.