Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
SOLICITATION NOTICE

70 -- Mini-Radio Interface Computers and Audio Blue Boxes

Notice Date
9/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134017Q2001
 
Response Due
9/18/2017
 
Archive Date
10/3/2017
 
Point of Contact
Elouise Bryant 407-380-4283 Elouise.Bryant@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Mini-Radio Interface Computers and Audio śBlue ť Boxes for Brand Name This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared In accordance with (IAW) the format at FAR subpart 12.6, Streamlined Procedures, under Acquisition of Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only written solicitation; quotations are being requested; and a written (formal) solicitation will not be issued. The solicitation number for this requirement is N61340-17-Q-0019 and it is being issued as a Request for Quotation (RFQ). This solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 effective 20 December 2016 and DFARS Current to DPN 20161222 effective 22 December 2016. This procurement will be awarded using the Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. This solicitation and any amendments that include answers to questions will be provided through the FEDERAL BUSINESS OPPORTUNITIES (FBO) website https://www.fbo.gov. The NAICS code is 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing, with a small business size of 1,000 employees. This is a Small Business set-aside. NAWCTSD intends to award a single firm-fixed-price Purchase Order (PO). The Naval Air Warfare Center Training Systems Division (NAWCTSD) request responses from qualified sources qualified for providing the Mini-Radio Interface Computers and Audio śBlue ť Boxes for the specifications listed below. The Government has a BRAND NAME requirement IAW with the attached Statement of Work and the specification listed below. The items will be delivered to Naval Air Warfare Center Training Systems Department, 12211 Science Drive, Orlando, FL 32826-3224. 1.0Specifications: CLIN 0001/QTY. 10 - Mini-Radio Interface Computers (Mini-RIC) oThe Mini-RIC computers will consist of the following: oASUS UN65U-M021M - Core i7-7500U (Mfg Part no: UN65U-M021M) oCrucial 16GB (2 x 8G) 260-Pin DDR4 SO-DIMM DDR4 2133 (PC4 17000) Laptop Memory (Mfg Part no: CT2K8G4SFD8213) oSamsung 960 EVO Series - 250GB PCIe NVMe - M.2 Internal SSD (Mfg Part no: MZ-V6E250BW) oELO 15Ęş 1502L Touch Screen (Mfg Part no: E045538) oELO Table Top Mount for Touch Screen (Mfg Part no: E160104) CLIN 0002/ QTY. 10- Audio śBlue ť Boxes Component oThe audio boxes will be assembled IAW with GFI document śRIC Console Audio Box Assembly V7072015 ť. See directions below on how to request GFI. 2.0Government Furnished Information (GFI) 2.1Government Documents RIC Console Audio Box Assembly V7072015 RIC Console Audio Box Component Test V07062015 RIC Circuit Card Console Daughter v1.1.2 CAD drawings RIC Circuit Card Console Mother v1.1.3 CAD drawings RIC Enclosure Console Audio box V1.1.1 CAD drawings RIC Console Audio Box Parts List V06302015 RIC Console Audio Box TDP Readme RIC Radio Console Audio Box Hand Foot PTT RIC Radio Console Audio Box Headset cable 2.2Request Government Furnished Information (GFI) The offeror interested in obtaining copies of the requirements documents shall submit Attachment Q-1, GFI Request Form to the cognizant Contracting Officer, via the Contract Specialist, Ms. Elouise Bryant (elouise.bryant@navy.mil) by 12 September 2017 in order to have the document emailed to them. Requests for GFI shall be executed by an individual with authority to bind the company in such an agreement. Once Request Form is processed and approved by the cognizant Contracting Officer, the document will be sent to the requesting offeror. If any changes affect the GFI Request Form the offeror shall update the form and resubmit to the Government. Data disclosure is governed by the restrictive markings on the GFI. Several GFI documents are marked with Export-Controlled markings. To receive access to the Export-Controlled Data, the offeror shall demonstrate compliance with the Joint Certification Office (JCO) and be a śQualified U.S. Contractor ť as established in its certification. The Government will verify the certification information via a Joint Certification Program (JCP) search on the Defense Logistics Agency (DLA) Logistics Information Service website (http://www.dlis.dla.mil/jcp/search.aspx). If the Data Custodian contact information shown on the DLA JCP website is no longer accurate, offeror shall ensure to update their DD 2345 Form(http://www.dla.mil/Portals/104/Documents/InformationOperations/LogisticsInformationServices/Logistics%20Applications/J6_dd2345_170629.pdf) with current Data Custodian information and submit for processing to the JCO. The offeror may request expedited processing. The offeror shall advise the Government if any other discrepancies exist. The contractor shall comply with NAVAIR notice 5252.227-9507, Notice Regarding the Dissemination of Export-Controlled Technical Data (Oct 2005), and DFARS clause 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). Any use of the GFI shall be subject to Clause 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (May 2013). 3.0Instruction for Submittal of Quotation: Items must be covered under the Manufacturer ™s Warranty. Used or refurbished items will not be accepted. Award will be made on an all or nothing basis. Shipping shall be FOB Destination. Delivery shall be within 30 days after the date of award. Offer shall specify the Total Price. Offer will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest priced technically accepted (LPTA). For the purposes of this evaluation; technically acceptability is defined as: 1.Meeting all technical requirements described in the specifications; 2.Meeting delivery date; 3.Offeror MUST be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov; and 4.GFI request must be received by 12 September 2017; and quotes must be submitted by 4:30pm EDT, Monday, 18 September 2017. 4.0Contract Provisions and Clauses 4.1Contract Provisions Incorporated by Reference: 52.204-7 System for Award Management (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.212-1 Instructions to Offerors “ Commercial Items (Jan 2017) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications (Oct 2015) 4.2Contract Clauses Incorporated by Reference: 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4 Contract Terms and Conditions “ Commercial Items (Jan 2017) 52.232-1 Payments. (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.243-1 Changes ”Fixed Price (Aug 1987) 52.247-34 F.O.B. “ Destination (Nov 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-0001 Line Item Specific: Single Funding (Sep 2009) 252.204-7004 Alt A System for Award Management (Feb 2014) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 4.3Contract Clauses Incorporated by Full Text: -FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items, applies to this acquisition and the following additional FAR clauses cited within apply to this acquisition. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ”COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages ”Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __(29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. __ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). __ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA “Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (40)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (41)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (43)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). __ (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). __ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (48) 52.225-1, Buy American ”Supplies (May 2014) (41 U.S.C. chapter 83). __ (49)(i) 52.225-3, Buy American ”Free Trade Agreements ”Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (50) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (57) 52.232-33, Payment by Electronic Funds Transfer ”System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (58) 52.232-34, Payment by Electronic Funds Transfer ”Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). __ (62)(i) 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). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards ”Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 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). __ (7) 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). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiii) 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). (xiv) 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). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 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. (xxiii) 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 clause 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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): https://www.acquisition.gov/far or http://farsite.hill.af.mil. (End of Clause) -DFARS clause 252.232-7006, Wide area Workflow Payment Instructions (May 2013) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause ” śDepartment of Defense Activity Address Code (DoDAAC) ť is a six position code that uniquely identifies a unit, activity, or organization. śDocument type ť means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). śLocal processing office (LPO) ť 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 śWeb Based Training ť 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). ______COMBO_____________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a śCombo ť document type is identified but not supportable by the Contractor ™s business systems, an śInvoice ť (stand-alone) and śReceiving Report ť (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. _______________N61340____________________________________________ (Contracting Officer: Insert inspection and acceptance locations or śNot applicable. ť) (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 WAWFData to be entered in WAWF Pay Official DoDAAC N64142 Issue By DoDAAC N61340 Admin DoDAAC N61340 Inspect By DoDAAC N61340 Ship To Code See Schedule Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (*Contracting Officer: Insert applicable DoDAAC information or śSee schedule ť if multiple ship to/acceptance locations apply, or śNot applicable. ť) (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 e-mail address identified below in the śSend Additional Email Notifications ť field of WAWF once a document is submitted in the system. TBD ___________________________________________________________ (Contracting Officer: Insert applicable email addresses or śNot applicable. ť) (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. TBD ___________________________________________________________ (Contracting Officer: Insert applicable information or śNot applicable. ť) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) - All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. This announcement will close at 4:30pm (EDT) on Monday, September 18, 2015. Quotes shall be submitted by email as a MS Word or Adobe PDF attachment to the Contact Contract Specialist, Ms. Elouise Bryant at elouise.bryant@navy.mil. Any questions must be addressed by email only. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017Q2001/listing.html)
 
Record
SN04662811-W 20170908/170906231946-bd7b23813a393b6b9ff38f8215c42c8b (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.