Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
AWARD

W -- Lease of Heavy Equipment Training Aids

Notice Date
3/21/2018
 
Notice Type
Award Notice
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H9223918Q0002
 
Point of Contact
Noel PerezQuinones, Phone: 9104323781, Jennifer Payne, Phone: 9104326978
 
E-Mail Address
noel.perezquinones@socom.mil, jennifer.payne@socom.mil
(noel.perezquinones@socom.mil, jennifer.payne@socom.mil)
 
Small Business Set-Aside
N/A
 
Award Number
H92239-18-C-0002
 
Award Date
3/20/2018
 
Awardee
United Rentals (North America), Inc.
 
Award Amount
$1,580,129.64
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation document, H92239-18-Q-0002, is issued as a Request for Quote (RFQ). (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-97, effective January 24, 2018. (iv) This requirement will be procured using full and open competition. All eligible firms may submit a quote. The North American Classification System (NAICS) code is 532412, "Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing" with a size standard of $32,500,000 dollars. This solicitation is issued under Federal Acquisition Regulation (FAR) Part 13.5, Simplified Acquisition Procedures for Certain Commercial Items. (v) Prices shall be listed for each Contract Line Item Number (CLIN) of this RFQ. The following is a list of the associated CLINs: ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001 Lease of Heavy Equipment Training Aids 12 Months Heavy Equipment Lease FFP The Contractor shall provide all seven (7) pieces of heavy construction equipment as listed in the Statement of Work (SOW). The monthly rental includes use of equipment (delivered to Installation), 24 hours, maintenance calls with 48 hours, resolution to maintenance calls, preventative maintenance, repairs as needed, pickup/delivery of disabled/exchanged equipment and transportation between Installation ranges. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each Contractor Manpower Reporting FFP In accordance with SOW 5.6, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Army Special Operations Command via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 OPTION Lease of Heavy Equipment Training Aids 12 Months Heavy Equipment Lease FFP The Contractor shall provide all seven (7) pieces of heavy construction equipment as listed in the Statement of Work (SOW). The monthly rental includes use of equipment (delivered to Installation), 24 hours, maintenance calls with 48 hours, resolution to maintenance calls, preventative maintenance, repairs as needed, pickup/delivery of disabled/exchanged equipment and transportation between Installation ranges. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 1 Each Contractor Manpower Reporting FFP In accordance with SOW 5.6, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Army Special Operations Command via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION Lease of Heavy Equipment Training Aids 12 Months Heavy Equipment Lease FFP The Contractor shall provide all seven (7) pieces of heavy construction equipment as listed in the Statement of Work (SOW). The monthly rental includes use of equipment (delivered to Installation), 24 hours, maintenance calls with 48 hours, resolution to maintenance calls, preventative maintenance, repairs as needed, pickup/delivery of disabled/exchanged equipment and transportation between Installation ranges. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 1 Each Contractor Manpower Reporting FFP In accordance with SOW 5.6, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Army Special Operations Command via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 OPTION Lease of Heavy Equipment Training Aids 12 Months Heavy Equipment Lease FFP The Contractor shall provide all seven (7) pieces of heavy construction equipment as listed in the Statement of Work (SOW). The monthly rental includes use of equipment (delivered to Installation), 24 hours, maintenance calls with 48 hours, resolution to maintenance calls, preventative maintenance, repairs as needed, pickup/delivery of disabled/exchanged equipment and transportation between Installation ranges. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 1 Each Contractor Manpower Reporting FFP In accordance with SOW 5.6, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Army Special Operations Command via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 OPTION Lease of Heavy Equipment Training Aids 12 Months Heavy Equipment Lease FFP The Contractor shall provide all seven (7) pieces of heavy construction equipment as listed in the Statement of Work (SOW). The monthly rental includes use of equipment (delivered to Installation), 24 hours, maintenance calls with 48 hours, resolution to maintenance calls, preventative maintenance, repairs as needed, pickup/delivery of disabled/exchanged equipment and transportation between Installation ranges. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 1 Each Contractor Manpower Reporting FFP In accordance with SOW 5.6, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Army Special Operations Command via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. (vi) This requirement is to provide seven (7) pieces of heavy construction equipment training aids as follows; Telehandler (2), Dozier (1), Track Loader (1), Dump Truck (1), Box Truck (1) and Flatbed Truck (1) with maintenance, transportation, and repairs required to maintain the equipment mission ready. Please see attached SOW (Attachment 1). (vii) The work to be performed under this contract shall be accomplished at the installation ranges on Fort Bragg and Camp Mackall, North Carolina. The period of performance will consist of a base period of twelve (12) months, and four (4) one-year option periods. The base period of performance is 26 March 2018 - 25 March 2019. (viii) Provision at FAR 52.212-1, Instruction to Vendors - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-1 INSTRUCTIONS TO VENDORS--COMMERCIAL ITEMS ADDENDUM TO 52.212-1 1. General Instructions to Vendors 1) Replace paragraph (b) entitled "Submission of Vendors" with the following instructions: (b) Submission of Quotes. Submit signed and dated offer at or before the exact time specified in this solicitation. Failure to provide all required documents or information may exclude the quotes from further consideration. Only signed offers submitted on IAW the instructions contained herein will be accepted. 1.1. This is an all-electronic solicitation release. No hard copies will be mailed. These quote instructions are designed to provide general guidance for preparing responses as well as providing specific instructions on response organization, format, content and evaluation under Federal Acquisition Regulation (FAR) Part 13.5. Vendors should include all documents and information requested submitted in accordance with the instructions herein. Noncompliance with the RFQ requirements may hamper the Government's ability to properly evaluate the quote and may result in elimination of the quote from further consideration for contract award. Vendors are cautioned to follow the instructions carefully and are encouraged to present their best technical quotes and prices in their initial quote submission, as the Government reserves the right to make an award based on initial responses received without discussions. However, the Government reserves the right to hold them. 1.2. Vendors should submit a quote that is self-sufficient and responds directly to the requirements of the RFQ. The quote should be clear, concise, and include adequate detail for effective evaluation. The quote should not simply rephrase or restate the Government's requirements, but rather provide clear and convincing rationale to address how the Vendor intends to meet the requirements of the RFQ. The quote should contain sufficient information to enable the Government to fully evaluate and determine the Vendor's capability to comply with the requirements identified in the RFQ. If a Vendor believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the Vendor shall immediately notify the KO in writing with supporting rationale. The Vendor is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. 1.3. The Vendor shall provide its quote with a cover sheet that contains the company's legal name, Cage Code, and DUNS, address and telephone number, name and title of the person authorized to sign and negotiate the contract and obligate the company contractually, offer validation period of ninety (90) days, RFQ tracking number H92239-18-Q-0002, the original date of quote, and acknowledgement of any amendments, if applicable. The original date shall be located in the upper right hand corner of the cover sheet. 1.4. The submission of the documentation specified below will constitute the Vendor's acceptance of the terms and conditions of the RFQ, concurrence with the Statement of Work, and contract type. 1.5. Post-award Notices and Debriefings. Post-award notices and debriefings will be conducted in accordance with FAR 13.106-3. 1.6. It is the Government's intention to award without discussions. Vendors are encouraged to present their best technical quote and costs in their initial quote submission. However, should discussions become necessary, the Government reserves the right to conduct them. Should this occur, a competitive range will be determined and Vendors notified. The competitive range may be limited for purposes of efficiency. 2.0 Quote Organization and Format: The quote shall consist of at least three (3) electronic volumes. No hard copies of quotes will be accepted. Quotes should be submitted electronically to Mr. Noel Perez-Quinones at the following email address: noel.perezquinones@socom.mil. 2.1. Vendors are required to meet all RFQ requirements, such as terms and conditions and technical requirements. Failure to meet a requirement will result in a quote being ineligible for award. 2.1.1. Volumes shall be organized into electronically separated files. Format of the volumes shall be as follows: i. A page shall be an 8 ½ X 11" sheet of paper. Text size shall be no smaller than what is equivalent to Microsoft Word, Times New Roman, 10 point, uncompressed font. When both sides of a sheet display printed material, it shall be counted as two pages. Letter size and spacing requirements for illustrations and tables can be at the discretion of the Vendor but must be easily readable. Margins shall be at least 1 inch on the top and bottom and 3/4 inch on the side. The Contractor shall number each page in order to eliminate any confusion. ii. Pages shall be single sided, one and one half spaced, with a minimum of one (1) inch margins on all sides. iii. Each volume shall contain a glossary of all abbreviations and acronyms used with an explanation for each. iv. Page Limit does not include executive summary, tables of contents, glossary of abbreviations and acronyms, indices, title pages, cross-reference indices, and section dividers/tables if they are inserted solely to provide ease to the reader in locating parts/sections of the quote. They will be counted if they contain any other information, i.e., diagrams, extraneous data, etc. Pages marked "This page intentionally left blank" will not be counted. In the event Vendor creates an ambiguity in their numbering of pages, the Government may exercise its own discretion in counting pages. If the page limits are exceeded, the pages in excess of the limit shall be removed and will not be considered for evaluations. v. Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc., unless specifically excluded in the quote instructions. vi. Pages shall be dated and numbered sequentially by volume. Elaborate format, color representations are not desirable. Any pages that are changed (as the result of negotiations) should be of a different color (as specified by the Contracting Officer) and have changed information clearly marked by a vertical line in the right margin of the page and/or circling if changing data in a chart. The Vendor shall indicate the new date on revised pages. vii. Legible tables, charts, graphs and figures shall be used when necessary to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size. For tables, charts, graphs, and figures, the text shall be no smaller than equivalent to Microsoft Word 8 point, Times New Roman. These pages shall count as one (1) page each and may only be used for large tables, charts, graphs, diagrams, and schematics; not for pages of text. VOLUME TITLE FORMAT MAXIMUM PAGE LIMIT I Qualifying Criteria, Small Business Subcontracting Plan (if applicable), & OCI Mitigation (if applicable)MS Word 2010 or earlier SB Subcontracting Plan (if applicable) 1-Adobe PDF (protected) 1-MS Word 2010 or earlier (unprotected) OCI Mitigation Plan (if applicable): 1-Adobe PDF (protected) 1-MS Word 2010 or earlier (unprotected) None II Technical Capability 1-Adobe-PDF (protected) 1-MS Word 2010 or earlier (unprotected) Technical - 5 III Price Price Submission: 1-Adobe PDF-(protected) 1-MS Excel 2010 or earlier; if narrative is included MS Word 2010 or earlier None Table 2.1.2. The follow-on paragraphs provide the specific information required for each volume. 2.2. Quote Content: 2.2.1. VOLUME 1 - QUALIFYING CRITERIA. Provide documentation, as required below, in order for the Government to determine if appropriate information is provided for the Vendor to pass the requirements. 2.2.1.1. Contract Forms and Certifications. Include the following data in Qualifying Criteria (Volume 1) in the format indicated. Designate on the volume cover which quote package contains the original, executed copy of the RFQ and which contains copies. a. Section 1 - Signed cover letter or quote cover page with the original signature of an official authorized to contractually bind the Vendor (include names, office phone and facsimile numbers, if applicable, cell phone numbers, and e-mail addresses for quote POCs of who is authorized to bind the company). b. Section 2 -The Vendor must also complete and submit all Representations, Certifications and Disclosures and certify that all information is current on www.SAM.gov. A statement that all information on SAM is current and accurate is sufficient. c. Section 3- The Vendor shall provide its company's brochure and published commercial price list. 2.2.1.2. Proposed Subcontractors. Each Vendor shall include company details of their proposed subcontractors, to include but not limited to, Name, Address, CAGE Code; and Socio-Economic Status. Additionally, Vendors are required to include a narrative of each subcontractor's roles and responsibilities and proposed percentage of work performance. If none are being proposed, please annotate that as well. 2.2.1.3. Small Business Subcontracting Plan (if applicable): Each Large Business shall provide a Small Business Subcontracting Plan that contains all the elements required by FAR 52.219-9. Vendors shall adhere to the format as outlined in FAR 52.219-9(d). The Small Business Subcontracting Plan is a requirement for award to a large business and will be incorporated into any resultant contract. 2.2.1.4. OCI Mitigation Plan (if applicable). Vendors shall submit a Mitigation Plan, if required, to satisfy the requirements of FAR 9.5 "Organizational and Consultant Conflicts of Interest". Potential OCI conflicts that may exist include Unequal Access to Information, Biased Ground Rules, and Impaired Objectivity. The Mitigation Plan shall include a description of the actual or potential OCI, a description of the action that the Vendor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the Contracting Officer in determining whether the Mitigation Plan is in fact acceptable or unacceptable. The Contracting Officer will review any mitigation plans submitted in response to this RFQ before the quote is evaluated or considered for award. The Contracting Officer will determine whether there is an OCI issue based on the information submitted and if the mitigation plan resolved any OCI concerns. If the Contracting Officer determines that there is an OCI issue and that it cannot be mitigated, the Contracting Officer will inform the Vendor that the quote will not be evaluated or considered for award. The Contracting Officer and Vendor must resolve any OCI issues prior to the evaluation and consideration for award. If any Vendor has questions with regards to your affirmative responsibility to identify OCI concerns and/or mitigate each issue, each potential Vendor is encouraged to ask questions and seek clarifications before quote due dates. The Government will be prevented from awarding a contract to any Vendor who has an actual OCI issue that cannot be mitigated to the satisfaction of the Ordering Contracting Officer. 2.2.2. VOLUME II - TECHNICAL CAPABILITY VOLUME: 2.2.2.1. General. Volume II must be clearly marked "Volume II - Technical Capability, H92239-18-Q-0002", and must include the Vendor's Technical Approach submission. The Technical Capability Volume shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Legibility, clarity and coherence are very important. The Technical volume will be evaluated against the evaluation factors defined in FAR 52.212-2, Evaluation--Commercial Items. The quote should not simply rephrase or restate the Government's requirement. The volume shall provide convincing rationale to address how the Vendor intends to meet the Government's requirements. Statements such as "the Vendor understands, can, or will comply with the SOW" (including referenced publications, technical data, etc.); statements paraphrasing the SOW or parts thereof (including applicable publications, technical data, etc.); and phrases such as "standard procedures will be employed" or "well known techniques will be used," etc., will be considered unacceptable and negatively impact the Vendor's rating under the corresponding evaluation factor. Vendors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the Vendor's quote. 2.2.2.2. The Technical Capability Volume shall, at a minimum, be prepared in a form consistent with the SOW and the evaluation criteria for award set forth in this solicitation. The section shall be prepared in an orderly format and in sufficient detail to enable the Government to make a thorough evaluation of the contractor's technical competence and ability to comply with the contract task requirements specified in the SOW. The Vendor shall address as specifically as possible the actual methodology you would use for accomplishing the SOW tasks. The Technical volume shall be organized according to the following general outline: - TAB A - TABLE OF CONTENTS - TAB B - GLOSSARY OF ABBREBIATIONS AND ACRONYMS - TAB C - LIST OF TABLE AND DRAWINGS AND/OR CROSS REFERENCE MATRIX (IF APPLICABLE) - TAB D - TECHNICAL CAPABILITY FACTOR 2.2.2.3. Content. The quote shall include, at a minimum, the following information: TAB D- Factor 1: Technical Capability Volume - The technical capability volume shall include, at a minimum, the following information: TAB D1 - Technical Approach. The Vendor shall present its overall understanding SOW and provide supporting details of its approach/techniques/plan to meeting the following subfactors: Subfactor 1 - Listing of Proposed Equipment Specifications as required in the SOW; Subfactor 2 - Plan to meet initial Delivery of ALL of the requested items by 26 March 2018; Subfactor 3 - Maintenance/Repair/Replacement/Transportation Plan in order to meet the requirements of the SOW. 2.2.3. VOLUME III - PRICE 2.2.3.1. General. The price submission should be clearly marked "Volume III Price Submission, H92239-18-Q-0002." 2.2.3.2. Format. The Price Volume should include the following: - TAB A - PRICING SCHEDULE 2.2.3.3. Price Volume Content - The Price quote shall include, at a minimum, the following information: 2.2.3.3.1. TAB A -Price Schedule. The pricing schedule of the RFQ shall be submitted fully completed, including pricing on all Contract Line Item Numbers (CLINs) identified. For each CLIN, the Vendor shall indicate the CLIN unit price and the resulting CLIN amount. All formulas, lookup tables, and links should be intact, and no links should exist to files not included with the quote. Spreadsheets shall not contain hidden worksheets. The Vendor shall include totals for the base period, each option, and overall total. (a) Heavy Equipment Lease: CLINs 0001, 1001, 2001, 3001, and 4001. The Vendor shall separately price mentioned CLINs. (b) Contract Manpower Reporting: Each Vendor should separately price all CLINs for Contract Manpower Reporting. If the reporting of Manpower Equivalents is not separately priced, insert "NSP" in the blank shown. (c) The Vendor shall add up the CLINs for each period of performance and provide a total price for all CLINSs at the bottom of the Pricing Schedule. 2) Replace paragraph (e) entitled "Multiple offers" with the following instructions: (e) Multiple quotes. Vendors should submit only one quote presenting the terms and conditions or commercial items for satisfying the requirements of this solicitation. 3) Replace paragraph (h) entitled "Multiple awards" with the following instructions: (h) Multiple awards. The Government will award on an "all or none" basis. (ix) Provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) Basis for Award: This section outlines the criteria the Government will use in evaluating the Vendor's capabilities and quote for the Lease of Heavy Construction Equipment Training Aids. Each Vendor shall submit a quote on all items in Schedule B, to be eligible for award. The Government will compare each Vendor's capabilities and quote elements against the predetermined evaluation criteria related to the Government's requirement defined herein. This will be a competitive solicitation. Commercial and simplified acquisition evaluation procedures in FAR Parts 12 and 13.5 will be utilized, along with best value lowest priced technically acceptable (LPTA) processes conducted under the authority FAR 13.106-2(b)(1) and as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and the Special Operations Federal Acquisition Regulation Supplement (SOFARS). This acquisition is not being made under the authority, procedures, or requirements of FAR part 15. The use of concepts and procedures similar to those used under FAR part 15 are for clarity and convenience at the sole discretion of the Contracting Officer. 1. The Government will evaluate all quotes received against Technical, and Price. Technical quotes will be evaluated on an acceptable or unacceptable basis. The Price Factor will be evaluated for reasonableness. Tradeoffs are not permitted under this approach. If one subfactor is determined unacceptable, the entire technical factor will be determined unacceptable. Technical Factor 1 Evaluation Results Compliance with Equipment Specifications Subfactor 1 Acceptable/Unacceptable Meet Delivery Time Subfactor 2 Acceptable/Unacceptable Maintenance/Repair/Replacement/Transportation Plan IAW established timelines. Subfactor 3 Acceptable/Unacceptable Price Factor 2 Total Price (All Years and FAR 52.217-8) 1.1. Qualifying Criteria. Information submitted for the qualifying criteria will be evaluated to determine if the offer meets the definitions below in order to "pass." If the Vendor fails any of the qualifying criteria, they will "fail" to qualify (i.e. be determined ineligible for award as a deficiency). The Vendors will be assessed as passed if the minimum requirements definitions below have been met. 1.1.1. Fully Executed Quote/Contract Forms. The Vendor indicated that it is eligible for a Government contract based on the Vendor's responses to the representations, certifications, all contract forms, and other statements required by the RFQ. Additionally, in order to ensure that the Vendor is a commercial company that is primarily engaged in the business of leasing and/or renting heavy equipment to the general public, the Government will review the Vendor's brochure and published commercial price list. 1.1.2. Small Business Subcontracting Plans (Pass/Fails Basis). The Vendor provided a reasonable small business subcontracting plan IAW FAR 52.219-9, Small Business Subcontracting Plan, Alternate II and DFARS 252.219-7003, Small Business subcontracting plan (DoD contracts). 1.2. FACTOR 1: TECHNICAL CAPABILITY. Under the Technical Capability Factor, the Government will evaluate the Vendor's quote to assess whether the Vendor's quote will satisfy the Government's requirements in the SOW as outlined below. Each subfactor will receive an individual rating. The Government will not roll up subfactors for an overall Factor 1 rating. In order to be considered awardable, there must be an "acceptable" rating in every technical subfactor. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. 1.2.1. Subfactor 1: Equipment: The Government will evaluate the Vendor's proposed equipment to ensure that the Vendor will provide operable heavy equipment for use as training aids for the 18C Special Forces Sergeant Course IAW equipment list on SOW part 5.1. 1.2.2. Subfactor 2: Meet Delivery Time. The Government will evaluate the Vendor's approach to ensure it provides a feasible approach which provides for adequate assurances that ALL of the equipment would be delivered by 26 March 2018. 1.2.3. Subfactor 3: Maintenance/Repair/Replacement/Transportation Plan. The Government will evaluate the following under Subfactor 3: a. The Vendor presents a feasible approach to providing preventative maintenance on all the equipment IAW the SOW and the manufacturer's recommendations. b. The Vendor presents a feasible approach to providing 24 hour emergency service, 365 days a year. In addition, the Vendor provides an adequate Service Support approach and thoroughly explains how it will meet the Government's call back requirements of 2 hours for initial feedback and a 48 hour call back for resolution. c. The Vendor presents a feasible and acceptable approach to providing repaired equipment or replacements within two (2) working days. d. The Vendor presents a feasible approach to meeting the Government's transportation requirements within two (2) working days in advance of the requirement. 1.4. FACTOR 3. PRICE. Price will be evaluated in order to determine that it is fair and reasonable utilizing the price analysis techniques found at FAR 15.404(b). Price quote evaluations will consider the basic price and all option year prices (including FAR 52.217-8 for the maximum potential extension period of 6 months) for a total overall evaluated Price. The Government will roll-up CLIN/SubCLIN prices into an overall total price for the overall evaluated price. Price will not receive a color rating or score. The Government price team will evaluate Vendors's price submission based on the following: Reasonableness: Reasonableness will be determined by comparing the Vendor's total price proposed to the total price proposed by the other Vendors. Comparisons will focus on the price of base period and all options combined, this will also include a balance assessment. Evaluation of options shall not obligate the Government to exercise the option(s). Additionally, total proposed prices may be compared to the Independent Government Estimate (IGE) to determine the reasonableness of price. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. (a) Options. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the Vendor's final option period price to the Vendor's total price. Vendors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Option to Extend the Term of the Contract at the end of any performance period (base or option periods), utilizing the rates of that performance period. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Vendor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x) Provision at FAR 52.212-3, Vendor Representations and Certifications Commercial Items, applies to this acquisition. The Vendor's representations and certifications must be entered within the System for Award Management website (www.sam.gov) for consideration for award. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Add paragraph (c)(1) as follows: (c)(1) Contract Administration Data. The Contracting Officer is responsible for the administration of this contract and, alone, is authorized to take actions on behalf of the Government that result in changes in the terms of the contract. The Contracting Officer is Mrs. Jennifer Z. Payne, jennifer.payne@socom.mil. Changes to the Contracting Officer may be made by written correspondence from the contracting office in lieu of a modification to the contract. 2. Add paragraph (q)(1) and (q)(2) with the following: (q)(1) Insurance Requirements. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance-Work on a Government Installation". KIND and AMOUNT: Workmen's Compensation and Occupational Disease Insurance, Amount required by the State in which this contract is performed Employer's Liability Insurance $100,000 Comprehensive General Liability $500,000, per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000, per person $500,000, per occurrence for Bodily Injury and $20,000, per occurrence for Property Damage NOTE: Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The Contractor shall provide proof of insurance before commencing work under this contract. Note: Certificate of Insurance shall reference the contract number. (q)(2) Post-Award Conference. (a) Prior to the Contractor starting work, a post award conference (as described in FAR Subpart 42.5), may be convened by the U.S. Army Special Operations Command - Contracting, Fort Bragg, North Carolina. The Contractor's Site Manager shall attend the conference, if necessary. If the contract involves subcontractors, a representative of each major subcontractor shall also attend. (b) The Contracting Officer and the Contractor will agree to the date, time and location of the conference after contract award, if necessary. In the event of a conflict in schedules, the Contracting Officer will establish the date for the conference. (End of Addendum) (xii) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil ): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Alternate II, Small Business Subcontracting Plan; 52.219-16, Liquidated Damages-Subcontracting Plan; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.222-50, Combating Trafficking in Persons; 52.222-55, Minimum Wages Under Executive Order 13658; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after Award; 52.233-4, Applicable Law For Breach Of Contract Claim (xiii) The following FAR, DFARS and SOFARS provisions (P) and clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-12 Limitation on Payments to Influence Certain Federal Transactions OCT 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management (P) JUL 2013 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting (P) JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-22 Alternative Line Item Proposal JAN 2017 52.208-4 Vehicle Lease Payments APR 1984 52.208-5 Condition of Leased Vehicles APR 1984 52.208-6 Marking of Leased Vehicles APR 1984 52.208-7 Tagging of Leased Vehicles MAY 1986 52.211-6 Brand Name or Equal (P) AUG 1999 52.212-1 Instructions to Vendors--Commercial Items JAN 2017 52.212-3 Offeror Representations and Certifications--Commercial Items (P) NOV 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items NOV 2017 52.217-5 Evaluation of Options (P) JUL 1990 52.222-52 Exemption From Application Of The Service Contract Act To Contracts For Certain Services-Certification (P) MAY 2014 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.223-20 Aerosols JUN 2016 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners JUN 2016 52.228-8 Liability and Insurance - Leased Motor Vehicles MAY 1999 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials (P) NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 AltA System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.219-7003 Small Business Subcontracting Plan (DoD contracts)-CLASS Deviation MAR 2016 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7000 Material Inspection And Receiving Report MAR 2008 52.209-7 - Information Regarding Responsibility Matters. As prescribed in 9.104-7(b), insert the following provision: Information Regarding Responsibility Matters (Jul 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time prior to contract expiration. (End of clause) 52.217-9 -Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor any time prior to expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) 52.233-2 Service of Protest-(Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mrs. Jennifer Z. Payne. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 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 Vendor is cautioned that the listed provisions may include blocks that must be completed by the Vendor and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Vendor 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) 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 (End of clause) 252.204-7007-ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus-Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities-Representations. Applies to solicitations for the acquisition of commercial satellite services. (vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more. (vii) 252.229-7012, Tax Exemptions (Italy)-Representation. Applies to solicitations and contracts when contract performance will be in Italy. (viii) 252.229-7013, Tax Exemptions (Spain)-Representation. Applies to solicitations and contracts when contract performance will be in Spain. (ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] _X__(i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. _X_(ii) 252.225-7000, Buy American-Balance of Payments Program Certificate. ____(iii) 252.225-7020, Trade Agreements Certificate. ____ Use with Alternate I. ____(iv) 252.225-7031, Secondary Arab Boycott of Israel. ____(v) 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate. ____ Use with Alternate I. ____ Use with Alternate II. ____ Use with Alternate III. ____ Use with Alternate IV. ____ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (End of provision) 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). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the Contracting Officer. 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: TBD Issue By DoDAAC: TBD Admin DoDAAC: TBD Inspect By DoDAAC: TBD Service Acceptor (DoDAAC): TBD -------------------------------------------------------------------------------------------- (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: TBD (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 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following SOFARS provisions and clauses apply to this acquisition: 5652.204-9004 Foreign Persons (2006) Section K As prescribed in 5604.404-80, insert the following clause, In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): (1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume: 5652.215-9015 Evaluation of Offers - Full Quantity (2003) Section M As prescribe in 5615.3-90(d), insert the following provision, Award of the contract(s) resulting from this solicitation will be made for the full quantities stated in the schedule. Offers that do not contain prices for all items or for quantities less than those specified in the schedule will be rejected. 5652.228-9000 Required Insurance (2015) Section G (Revised December 2015) As prescribed in 5628.310, insert the following clause, Editable and Fill-ins The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability In accordance with FAR 28.307-2 Property Damage Liability In accordance with FAR 28.307-2 Workers Compensation & Occupational Disease In accordance with FAR 28.307-2 Employer's Liability In accordance with FAR 28.307-2 CONTRACT ADMINISTRATION INFORMATION: 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: (CHECK ONE) 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: (FILL IN) ACCEPT BY DODAAC: (FILL IN) 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: ACCEPTOR: (FILL IN@socom.mil) CONTRACT ADMINISTRATOR: noel.perezquinones@socom.mil CONTRACTING OFFICER: jennifer.payne@socom.mil ADDITIONAL CONTACT: (FILL IN@socom.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 #: 1-866-618-5988 Email Address: CCO-EC-ARMY-WAWF-HELPDESK@dfas.mil (xiv) The Defense Priorities and Allocations System is not applicable to this solicitation. (xv) Submission of Offers: Offers shall be forwarded to Mr. Noel Perez via email to: noel.perezquinones@socom.mil and cc. to Mrs. Jennifer Payne jennifer.payne@socom.mil by 6 Mar 2018, 1:00 PM EDT. Facsimile submission will not be accepted. Vendors shall provide an offer using the pricing schedule provided in this combined synopsis/solicitation. (xvi) The point of contact for this acquisition is Mr. Noel Perez and he may be reached at 910-432-3781. Any questions regarding this Solicitation should be directed via e-mail to Mr. Noel Perez at noel.perezquinones@socom.mil and cc: Mrs. Jennifer Payne at jennifer.payne@socom.mil. The deadline for the submittal of all questions is 12:00 p.m. on 1 March 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H9223918Q0002/listing.html)
 
Place of Performance
Address: Given after the Award, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04862844-W 20180323/180321231630-b58c5eb6a566d301a2ed74f7f2005d83 (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.