SOLICITATION NOTICE
84 -- Cadet Sash & Tassel, Left Drape - Attachment 1 - Sash & Tassel - Attachment 2 - FAR 52.212-3
- Notice Date
- 4/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- fa700018t0033
- Archive Date
- 5/8/2018
- Point of Contact
- Sharon D. Scheetz, Phone: 7193338927, Shaun M. Bright, Phone: 719-333-3600
- E-Mail Address
-
sharon.scheetz@us.af.mil, shaun.bright@us.af.mil
(sharon.scheetz@us.af.mil, shaun.bright@us.af.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Far Clauses Cadet Sash & Tassel, Left Drape purchase description Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) in accordance with FAR parts 12 & 13 under solicitation number FA700018T0033. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 6 Nov 2017. This solicitation is a total set-aside for Women Owned Small Businesses (WOSB). The associated North American Industry Classification System (NAICS) is 314999, the Product Service Code (PSC) is 8455, and the business size standard is 500 employees. All responsible WOSB firms may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below. It is the quoter's responsibility to ensure their quote meets all the requirements identified herein. I. DESCRIPTION OF REQUIREMENTS Line Item Quantity / Unit of Measure 0001 - Sash and Tassel 1,500 each Made in accordance with (IAW) United States Air Force Academy (USAFA) Purchase Description (PD) 5338, dated 13 March 2018. (Attachment #1). The required sizes are: 300 small 900 medium 300 large Line Item Quantity / Unit of Measure 0002 - First Article (size large) 1 each Sash and Tassel Made IAW USAFA PD 5338, dated 13 March 2018. (Attachment #1). Each line item listed above must be manufactured to meet the specifications listed in the attached USAFA PD 5338, dated 13 March 2018 and comply with the Buy American statute (41 U.S.C. chapter 83). It is the USAF Academy's preference/intent to acquire only domestic end products per the Buy American statute, except as provided in FAR 25.103. Foreign quotes will be evaluated per DFARS 225.502 when comparing domestic and foreign quotes. The Buy American Act at DFARS 252.225-7001 applies to this acquisition for these items, as they are commercial items with modifications of a type customarily available in the commercial marketplace. The following USAFA PD is attached to this solicitation: USAFA PD 5338, dated 13 March 2018. (Attachment 1). Delivery. The delivery schedule for each line item is as follows: Line item 0001 - Delivery of all items are due no later than 31 August 2018. All items shall be delivered to: 10 MSG LGRMC - FX7000 MITCHELL HALL ANNEX, BLDG 2351 USAF Academy, CO 80840 Line item 0002 - First Article - shall be delivered 30 days after receipt of order to: 10th Contracting Squadron 10 CONS/PKB, Attn: Shaun Bright 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315. The FOB point is Destination. Any applicable shipping costs must be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. The Government may not consider quotes with delivery terms other than FOB destination. II. SOLICITATION INSTRUCTIONS 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". All instances of the word "award" should be understood as "purchase order". 2. The provision at FAR 52.212-1, Instructions to Offerors-Commercial (Jan 2017), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of offers. FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quotes via e-mail or fax to: 10th Contracting Squadron 10 CONS/PKB, Attn: Sharon Scheetz 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315. Email address is sharon.scheetz@us.af.mil or shaun.bright@us.af.mil Phone number is (719) 333-8927. Fax number is (719) 333-9075. (2) Quotes must be submitted by 23 April 2018, 1:00 p.m. Mountain Standard Time. b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than five calendar days prior to closing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions may be emailed to the point of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) General Instructions. Include a point-of-contact name, address, e-mail, and telephone number and your CAGE code and DUNS number with your quote. The contracting officer is not responsible for locating or obtaining any information not identified in the quote. The Government may not consider quotes that fail to include all of the information requested in this solicitation. (2) Specific Instructions. Quotes shall consist of two parts, as identified below. (a) PRICE QUOTATION. Submit a price quote in accordance with the line item structure listed in this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms, any discounts, and payment terms (e.g., Net 30) with the price quote. (b) CONTRACT DOCUMENTATION. (i) Quoters must include a completed copy of the provision at FAR 52.213-3, Offerors Representations and Certifications (Nov 2017), Alt I (Oct 2014) with their quote or a statement that their Representation and Certification was completed in the System of Award Management (SAM) (https://www.sam.gov). This provision is included as attachment #2 to this solicitation. (ii) Quotes must include a completed copy of the following provisions that require fill-in text (identified in section III of this solicitation): DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate--Basic (Nov 2014). (iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3. The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price and Past Performance. ADDENDA TO FAR 52.212-2: a. FAR 52.212-2(c) is not applicable to this solicitation. b. BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR parts 12 and 13. The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government. Quotes will be evaluated as described below. (1) Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. (2) Price Evaluation. The total evaluated price will be determined by adding together the extended amounts quoted for each line item. The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price. If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. No advantage will accrue to a vendor who submits a quote for an unreasonably low price. The lowest price quote may not necessarily be selected. Failure to propose for any line item may cause the vendor's quote may be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness of the quoted price. (3) Past Performance Evaluation. The past performance evaluation will be based on the contracting officer's knowledge of and previous experience with the supplies being acquired and data obtained from the Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) under PSC 8455. A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in PPIRS-SR under the PSC of the items being purchased. (4) Best Value Decision. The contracting officer shall evaluate quotes considering price and past performance information. The contracting officer will submit an offer to the quoter whose quote represents the best value to the Government. 4. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: a. 52.212-4(a) Inspection/Acceptance is supplemented as follows: (3) Inspection and acceptance will be accomplished by the Cadet Store Officer or his/her authorized representative as the technical representative for the Contracting Officer for the purpose of technical surveillance of workmanship and conformance with garment specifications. (4) Acceptance shall take place after the inspection has been completed. b. Text in 52.212-4(c) is deleted and replaced with the following: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). c. The following explanatory notes are supplemented to the clause as follows: (w) Explanatory notes. (1) PACKAGING AND MARKING. (i) Shipping carton(s) shall be marked to indicate the title of the contract (i.e., Sash & Tassel), the contract number, and contractor's name and the national stock number (NSN). Each carton shall be - MARKED FOR: FX7000 and each carton shall have the shipping address. (ii) A packing list shall be placed within box one of all shipments under this contract. The packing list shall clearly identify the total contents of the shipment, and shall break down the contents of each numbered box. (2) HOURS OF DELIVERY. Delivery of items under this contract shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified in the contract. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays, as shown below: New Year's Day - 1 January Martin Luther King's Birthday - Third Monday in January Washington's Birthday (President's Day) - Third Monday in February Memorial Day - Last Monday in May American Independence Day - 4 July Labor Day - First Monday in September Columbus Day - Second Monday in October Veterans Day - 11 November Thanksgiving Day - Fourth Thursday in November Christmas Day - 25 December In the event a holiday falls on Saturday, the preceding Friday is observed as the holiday. If a holiday falls on a Sunday, the following Monday is observed as the holiday. III. ADDITIONAL TERMS AND CONDITIONS. The contracting officer has determined the following terms and conditions to be necessary for this acquisition. The full text of each clause and provision can be viewed at http://farsite.hill.af.mil/vmfara.htm (FAR) and http://farsite.hill.af.mil/vmdfara.htm (DFARS). 1. The following FAR clauses are incorporated by reference: Clause number Title 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 2. The following DFARS clauses are incorporated by reference: Clause number Title 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2017) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 3. The following clauses are provided in full text: FAR 52.209-4, Alt I First Article Approval-Government Testing (Sep 1989), Alternate I (Jan 1997) (a) The Contractor shall deliver the following units within 30 calendar days from the date of this contract for first article tests: one sash and tassel (size: Large). The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. The first article items shall be delivered to the Contracting Officer at the following address: 10 CONS/PKB, Attn: Shaun Bright, 8110 Industrial Drive, Ste 200, USAF Academy, CO 80840. (b) Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (j) The Contractor shall produce both the first article and the production quantity at the same facility. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (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) X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (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). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xviii) 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. (xix) 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) DFARS 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). Vendor must use the "Stand Alone" Invoicing option only. The Government's receipt and acceptance will not be accomplished through WAWF, therefore, the 2-in-1 invoicing or combo function must not be used. (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 F87700 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Inspect By DoDAAC F4B580 Ship To Code F4B580 (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. sharon.scheetz@us.af.mil. shaun.bright@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. sharon.scheetz@us.af.mil. shaun.bright@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copiesof the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 4. The following DFARS provisions are incorporated by reference: Provision number Title 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-7011 Alternative Line-Item Structure (Sep 2011) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.225-7031 Secondary Arab Boycott Of Israel (Jun 2005) 3. The following provisions have fill-in text that must be completed by the quoter and submitted with their quote: 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) IV. ATTACHMENTS TO THIS SOLICITATION. 1. USAFA PD 5338, dated 13 March 2018, 8 pages 2. FAR 52.212-3 provision, 19 pages
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/fa700018t0033/listing.html)
- Place of Performance
- Address: USAF Academy, CO 80840-2315, USAFA, Colorado, 80840-2315, United States
- Zip Code: 80840-2315
- Zip Code: 80840-2315
- Record
- SN04882802-W 20180411/180409230708-e8d4178e7ab64846e68212207577f5df (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 |