Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
SOLICITATION NOTICE

78 -- THOR 3 Equipment - Request For Quote (RFQ)

Notice Date
7/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W36N326181KE04
 
Archive Date
8/23/2016
 
Point of Contact
Kevin S. Stevenson, Phone: 9104320208
 
E-Mail Address
kevin.s.stevenson@soc.mil
(kevin.s.stevenson@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THOR 3 Equipment Pictures By Line Item THOR 3 Equipment Request For Quote (RFQ) The US Army Special Operations Command (USASOC), as part of the THOR3 (Tactical Human Optimization, Rapid Rehabilitation & Reconditioning) Program has a requirement for: Commercial Grade Strength & Conditioning Gym Equipment. The Government may choose to award separately, if it is in the best interest of the Government. Vendors are authorized to submit partial quotes. However, it is the Government's desire to minimize the number of awards and reserves the right to award to an offeror, at a higher price, that is capable of providing the majority of all items under this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) FAC 2005-88, 15 June 2016. North American Industrial Classification Code (NAICS) 339920 applies to this procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Special Operations Command (USASOC) has Brand Name or Equal requirements for the certain manufacturers (Sorinex, Normatec, Concept II, Game Ready, Husker, Performa, Total Gym and UMAX) Certain CLIN descriptions will have a manufacturer name brand. These Items called for by this request for quotation have been identified by a "brand name or equal" (BNOE) description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information shall be excluded from competition. REQUIREMENT and ITEM SPECIFICATIONS: The US Army Special Operations Command (USASOC) and the THOR3 Program require the following items: CLIN 0001 Bumper Plate 45 LB, Red (BNOE UMAX) 40 Ea. SIZE 45 LB CENTER HOLE 50mm (1.988") DIAMETER METAL CORE 150mm (5.906") DIAMETER PLATE DIAMETER 450mm (17.717") PLATE THICKNESS 52mm (2.047") Specifications Art. No UCBP45 Color Red Weight 45 lb Total weight 45 CLIN 0002 Bumper Plate 25 LB, Yellow (BNOE UMAX) 20 Ea. SIZE 25 LB CENTER HOLE 50mm (1.988") DIAMETER METAL CORE 150mm (5.906") DIAMETER PLATE DIAMETER 450mm (17.717") PLATE THICKNESS 36mm (1.417") Specifications Art. No UCBP25 Color Yellow Weight 25 lb Total weight 25 CLIN 0003 Bumper Plate 10 LB, Black (BNOE UMAX) 20 Ea. SIZE 10 LB CENTER HOLE 50mm (1.988") DIAMETER METAL CORE 150mm (5.906") DIAMETER PLATE DIAMETER 450mm (17.717") PLATE THICKNESS 21.5mm (0.846") Specifications Art. No UBBP10 Color Black Weight 10 lb Total weight 10 CLIN 0004 UMAX Urethane Plate 5 LB (BNOE UMAX) 20 Ea. Urethane Olympic Plates feature Patented EZ-Grip Design. Encased in high grade cast poly urethane (CPU), the plates have the warranty of 10 years against Metal Core Breakage and 6 years against Urethane Breakage. Specifications; Art. No UBPO5, Weight 5 lb, Grip Hi-Grade Cast Polyurethane (CPU), Total weight 5 CLIN 0005 UMAX Urethane Plate 2.5 LB (BNOE UMAX) 20 Ea. Urethane Olympic Plates feature Patented EZ-Grip Design. Encased in high grade cast poly urethane (CPU), the plates have the warranty of 10 years against Metal Core Breakage and 6 years against Urethane Breakage. Specifications; Weight 2.5 lb, Grip Hi-Grade Cast polyurethane (CPU), Total weight 2.5. CLIN 0006 Center Mass Bell 20 Lbs (BNOE Sorinex) 8 Ea. Weight Type: Center Mass Bell, Color: Black', Finishing: Powder coat, Material: Ductile Iron, CLIN 0007 Center Mass Bell 35 Lbs (BNOE Sorinex) 8 Ea. Brand: Sorinex, Weight Type: Center Mass Bell, Color: Black', Finishing: Powder coat, Material: Ductile Iron CLIN 0008 Center Mass Bell 50 Lbs (BNOE Sorinex) 8 Ea. Brand: Sorinex, Weight Type: Center Mass Bell, Color: Black', Finishing: Powder coat, Material: Ductile Iron CLIN 0009 Center Mass Bell 70 Lbs (BNOE Sorinex) 8 Ea. Brand: Sorinex, Weight Type: Center Mass Bell, Color: Black', Finishing: Powder coat, Material: Ductile Iron CLIN 0010 Wall SkiErg (BNOE Concept 2) 2 Ea. Monitor PM5 Power Generation for PM Takes two D cell batteries. SkiErg provides operating power when machine is in use. Frame Aluminum, Finish Powder coat, Color Scheme Black Space Requirements, Wall Mounted: Width at bottom: 19 in (48.3 cm), Width at top: 20.5 in (52 cm), Depth: 16 in (40.6 cm). Height: 83.5 in (212 cm), Mounted on Floor Stand: 24 in x 52 in x 85 in (61 cm x 132 cm x 215.9 cm), Machine Weight SkiErg: 46 lbs (20.9 kg) Floor stand: 35 lbs (16 kg) Shipping Dimensions; SkiErg: 21 in x 19 in x 49 in (54 cm x 49 cm x 125 cm) Floor stand: 5 in x 26 in x 53 in (13 cm x 66 cm x 135 cm), Floor stand: 5 in x 26 in x 53 in (13 cm x 66 cm x 135 cm) Shipping Weight; SkiErg: 61 lbs (28 kg), Floor stand: 38 lbs (18 kg) CLIN 0011 Power Lock Collars (BNOE Husker) 10 Ea. Weight 3/4 lb. each. Nylon bushing, Easy release positive action system. Indestructible construction and fool-proof locking mechanism. Material: Plastic/Nylon Color: Black Fits: Olympic Bars CLIN 0012 Base Camp Jammer Arms (BNOE Sorinex) 5 Ea. Rack Type: Accessory Weight: 80 lbs Width: 3" Length: 36" Material: 11 gauge steel Tube Size: 3x3Tube Numbers: No Color: Black Finishing: Black Texture Powder Coat Fits: Base Camp, XL Series, and Dark Horse CLIN 0013 Accelerated Recovery System Model 565300 (BNOE Game Ready) 2 Ea. Size: 16.25" length x 7.75" width x 9.25" height (413 x 197 x 235) mm, not including Carry Bag Weight: 7.3 lb. empty, approximately 18 lb. full of ice and water Pressure level: cycles from 5mm Hg up to 75mm Hg AC power: 100-240 V~, 50-60 Hz, 1.6A DC input: 12V/2.5 A CLIN 0014 Accelerated Recovery System; Shoulder Wrap, Large Right (BNOE Game Ready) 2 Ea. Accelerated Recovery System component Item # 565309 CLIN 0015 Accelerated Recovery System; Shoulder Wrap, Large Left (BNOE Game Ready) 2 Ea. Accelerated Recovery System component Item # 565310 CLIN 0016 Accelerated Recovery System; Ankle Wrap, Large (BNOE Game Ready) 2 Ea. Accelerated Recovery System component Item # 565301 CLIN 0017 Accelerated Recovery System; Ankle Wrap, Xlarge (BNOE Game Ready) 2 Ea. Accelerated Recovery System component Item # 565302 CLIN 0018 Accelerated Recovery System; Straight Knee Wrap (BNOE Game Ready) 2 Ea. Accelerated Recovery System component Item # 565303 CLIN 0019 Accelerated Recovery System; Elbow Wrap (BNOE Game Ready) 2 Ea. Accelerated Recovery System component Item # 565306 CLIN 0020 Pulse Full Body Recovery System (BNOE Normatec) 2 Ea. Feature Two leg attachments, Two arm attachment, Hip attachment, Hosing, Control unit, Power supply Microfiber bag Specifications Control unit measures 9" H x 5" W x 4" D, Control unit weighs 3.6 lbs., 12V power supply CLIN 0021 Deep Muscle Stimulator 1 Ea. High-quality stainless steel titanium, Portable; use wherever electricity is available, Includes DVD manual, Power Cord, Carrying Case, Weight: 5.5 lbs., Dimensions: 10"L x 2"W x 5.5"H (at the massaging tip), 2200 RPMs, Diameter: 2" at rounded handle CLIN 0022 Bar Activated 350 Table (BNOE Performa) 2 Ea. Durable steel tube tables feature Hi-Lo control that allows adjustment of table height while keeping both hands on the patient and both feet on the floor. The control is designed to allow easy access from anywhere around the table without disrupting treatment. All Performa Bar Activated Tables feature: Height adjustments from 18" to 37" 2" Qualux® foam tops; heavy-duty 34 oz. vinyl with Permablok 3® bacterial protection Radiused, seamless corners on upholstered components To ensure years of trouble-free operation, top sections have welded steel support frames and pivoting joints house hardened steel shoulder bolts 4-caster base with 4" total lock ball bearing casters 110 volts, 60Hz motor (220 volts, 50 Hz available on special order) 18-month warranty Performa Bar Activated 350 Table; Measures 27"W x 76"L Head section: 15" x 27". Adjusts -45° to +90°. Center section: 22" x 27". Does not raise Foot section: 39" x 27". Raises 78° Weight capacity: 400 lbs. CLIN 0023 Total Gym® Jump Trainer 2 Ea. Steel construction with reinforced extruded aluminum rails. In-use measurements: 104"L x 33"W x 68"H. Designed to be bolted to the floor. Provides concentric and eccentric force utilizing both linear bodyweight resistance and band variable resistance, Two installation settings: Physical Therapy and Fitness, each allowing for seven incline levels ranging from 30 percent to 80 percent of a user's own bodyweight, Four resistance bands can be engaged to allow for an additional 10-70 lbs. resistance in 10 lb. increments, Pneumatic brake protects joints during plyometric movements, Angled glideboard provides comfort and support for the upper body, Includes link to exercise library with additional and advanced exercise options. CLIN 0024: SHIPPING and HANDLING. The Total Shipping shall be priced separately in this CLIN with FOB Destination to Fort Bragg, NC. Shipping may be priced per item under individual CLINS, but the total shipping cost shall be provided under this CLIN also. DELIVERY: Desired delivery date is 30 Days ARO to Fort Bragg NC 28310. Partial shipments are authorized - specified at time of order. Required Delivery Date (RDD) is 60 days ARO. FOB Destination shall be to the following locations - MARKED FOR: USAJFKSWCS/HHC (SSA, Co C SPT BN WHSE), Fort Bragg, NC (FBNC) per the CLIN description. VENDOR QUESTIONS AND SOLICITATION ERRORS: Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the request for quote. Questions should be submitted in writing to the point of contact identified below: Government POC: MSG Kevin Stevenson, kevin.s.stevenson@soc.mil Scott Phelps, conway-phelps@soc.mil Please ensure the following information is included with your quote: *Contract Number *Cage Code/DUNS Number *Contact Information *Payment/Discount Terms *Delivery times and charges *FOB Point *Any other remarks as necessary. RESPONSES/QUOTES ARE DUE NO LATER THAN 1:00 PM EST, 08 August 2016_. Questions must be submitted NLT 4:00 PM EST 27 July 2016. Please submit responses directly to MSG Kevin Stevenson at kevin.s.stevenson@soc.mil and CC Scott Phelps at conway-phelps@soc.mil CLAUSE REFERENCES: FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR 52.204-13, System for Award Management (SAM) Maintenance FAR 52.212-1, Instructions to Offerors- Commercial Items (APR 2014) 52.212-3, Offeror Representations and Certification- Commercial Items (MAR 2015) 52.212-4 -Contract Terms and Conditions -- Commercial Items (May 2015) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.223-7004, DRUG-FREE WORK FORCE (SEP 1988 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 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 FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this request for quote (RFQ) to the responsible offeror whose offer conforms to the RFQ and is the lowest price technically acceptable. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical Acceptability (2) Price and (3) Delivery. 1. Technical acceptability is defined as the contractor's ability to meet or exceed the listed specifications.* *To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, or other information) necessary for the purchasing activity to determine whether the offered product meets the salient characteristics of the requirement. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. Offerors not providing technical information may be excluded from competition. 2. Price. Requirement will be quoted as a Firm Fixed Price offer. Offers shall remain valid for a minimum of 45 days. 3. Delivery. Meet or exceed the Required Delivery Date of 60 Days ARO (desired is 30 days). Offeror must specify Shipping Terms, FOB Point, and cost expressed as Firm Fixed price or Not to Exceed Price with charges supported by actual shipping invoice. 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). (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. 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 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Office The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The name, email address and telephone number of the Contracting Officer is: Conway Phelps Comm: 910-432-8598 conway-phelps@soc.mil. SOFARS 5652.204-9003, Disclosure of Unclassified Information and Notification Requirements for Cyber Section H (Revised June 2013) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.214-9004, Technical and Contractual Questions Concerning This Solicitation (2001) Section L, all questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Send all questions to the following point of contact. The use of e-mail is highly encouraged. Contract Specialist: MSG Kevin Stevenson E-mail address: kevin.s.stevenson@soc.mil Fax number: 910-432-9345 Phone number: 910-432-0208 Mailing Address: HQ, USASOC (ATTN: DCS, Contracting/AOCO) E2929 Desert Storm Drive Fort Bragg NC 28310 SHIPPING AND RECEIVING INSTRUCTIONS (JUN 2009) MARKING: Contractors shall ensure that the contract number is clearly marked on the exterior of all shipping cartons/containers. This will assist in timely receipt of and payment for the supplies accepted. The purchase/delivery order number can be located in blocks 1 and 2 of the DD Form 1155 and block 2 of the SF 1449. It also appears at the top of each subsequent page. If drop shipping procedures are used, please ensure that your shipper complies with these instructions. Cartons without identification may be returned "freight collect". SHIPPING: The purchase/delivery order provides the only approved ship to/delivery address (es). Do not redirect shipments to locations other than those specified in the order. To do so may delay acceptance of and payment for the items shipped. Additional costs for shipment to addresses other than those specified on the order will not be paid unless the ship to/delivery address has been changed by a modification to the order signed by a contracting officer. INVOICING PROCEDURES: ELECTRONIC INVOICING: Except as provided in paragraph (c) of DFARS Clause 252.232-7003, Electronic Submission of Payment Requests (Mar 2007), the Contractor shall submit payment requests through Wide Area Work Flow (WAWF) utilizing the Invoice and Receiving Report (Combo) method. The COMBO method is designed to generate a notification to the receiver that an invoice has been submitted and requires a receiving report. Utilization of this feature is expected to minimize delays in the payment process. Contractors shall register to use WAWF and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Information regarding WAWF is available on the Internet at the following addresses: WAWF General Information and Registration - https://wawf.eb.mil WAWF Training Database (great place to practice using WAWF) - https://wawftraining.eb.mil WAWF On-line Training Course (great place to begin learning WAWF) - www.wawftraining.com DFAS Electronic Commerce End Users Tool Box (register for classroom training and obtain user guides) http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox.html ALTERNATE METHOD: In the event WAWF is not available, invoices may also be submitted via fax to: DFAS - Rome, FAX# 877-575-3332. This method is to be used by exception only. TO ACCESS PAYMENT STATUS ELECTRONICALLY: https://myinvoice.csd.disa.mil//index.html FOR ADDITIONAL INFORMATION REGARDING THE VENDOR PAY INQUIRY SYSTEM: http://www.dod.mil/dfas/contractorpay/vedorpayinquiresystemvpis.html CUSTOMER SERVICE inquiries may be made to: 1-800-553-0527 DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. CODES: The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT: _X_ COMBO: Invoice and Receiving Report __ Invoice as 2-in-1 (Services only) __ Invoice Only __ Construction Invoice (Contractor Only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report with Unique Identification (UID) Data (Government Only) (UID is a new globally unique "part identifier" containing data elements used to track DOD parts through their life cycle.) ISSUE BY DODAAC: H92239 SHIP TO DODAAC: Provided at award ACCEPT BY DODAAC: Provided at award PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: Upon submission of your electronic invoice, use the Email feature in WAWF to notify the following personnel: Provided at award ACCEPTOR: (FILL IN@soc.mil) CONTRACT ADMINISTRATOR: (FILL IN@soc.mil) CONTRACTING OFFICER: (FILL IN@soc.mil) ADDITIONAL CONTACT: (FILL IN@soc.mil) RECEIVING REPORT PROCEDURES: ELECTRONIC RECEIVING VIA WAWF: The Warehouse/Receiving Activity/Contracting Officer's Representative (COR) is responsible to ensure a receiving report is correctly processed and forwarded to the appropriate finance office via Wide Area Work Flow (WAWF). In the event of a WAWF problem, contact the WAWF Help Desk at Telephone #: 1-877-232-9293 Email Address: CCO-EC-ARMY-WAWF-HELPDESK@dfas.mil PAPER RECEIVING REPORTS BY EXCEPTION ONLY: DD FORM 1155 - If the DD Form 1155 is used as the receiving report for either a final or partial receipt/payment: SF FORM 1449: If the SF Form 1449 is used as the receiving report as either a final or partial receipt/payment: DD FORM 250: If the DD form 250 is used for the receiving report, the only version acceptable by DFAS is the form dated August 2000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W36N326181KE04/listing.html)
 
Place of Performance
Address: USAJFKSWSC/SWEG (A), (SSA, Co C SPT BN WHSE), Bldg. D3915, Room C134, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04189601-W 20160722/160720234804-5335ce30ea02a9fd1c8985461dcf01c5 (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.