Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
MODIFICATION

G -- Catholic Director of Religious Education (DRE)

Notice Date
9/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FA5209-18-U-0034
 
Archive Date
10/31/2019
 
Point of Contact
Paola Caceres, Phone: 3152255473
 
E-Mail Address
paola.caceresvillalba@us.af.mil
(paola.caceresvillalba@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: FA5209-18-U-0034 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for services prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-100, effective 22-Aug-2018. The DFARS provisions and clauses are those in effect to DPN 201800824, effective 24-Aug-2018. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525, effective 25-May-2018. 3. The NAICS code is 813110, Religious Organizations. The Small Business Size Standard for this NAICS code is $7.5M. 4. There is no set aside for this RFQ in accordance with FAR 19.000(b) as this contract will be performed solely in Japan. 5. DESCRIPTION: The contractor shall coordinate and administer the comprehensive Catholic Director of Religious Education program and assist the Senior Catholic Chaplain in determining curriculum needs, selecting appropriate curricula in accordance with Performance-based Work Statement (PWS) (See Attachment 1). 6. PERIOD OF PERFORMANCE: - Base Year: 30 Sep 18 - 29 Sep 19 - Option Year I: 30 Sep 19 - 29 Sep 20 - Option Year II: 30 Sep 20 - 29 Sep 21 - Option Year III: 30 Sep 21 - 29 Sep 22 7. Questions may be directed to the contract administrator via e-mail to SSG Paola Caceres at paoal.caceresvillalba@us.af.mil and are due no later than (NLT) 3:00 P.M. Japan Standard Time (JST) September 17, 2018. Offers are due NLT 10:00 A.M. JST September 25, 2018. Email submissions are preferred. 8. The Government intends to award a firm-fixed price (FFP) contract, based on a competitive action in which award shall be made to the best value for the Government in accordance with FAR 13.106-3. 9. INSTRUCTIONS TO OFFERORS: Please reference FAR provision 52.212-1, Instructions to Offerors, below: All quotations must include the following information: 1. Price Schedule to include the following a. Priced line items b. Company's complete mailing and remittance address c. Discounts for prompt payment - if any d. Discounts to the Government - if any 2. Quotations must be valid for a period of no less than 60 days 3. Quotations shall include the Vendor's Technical Capability as follows: a. Resume and/or a copy of four-year degree diploma. b. Letter of Recommendation from a Roman Catholic Chaplain or Priest in accordance with the attached PWS. c. Proof of English Proficiency: U.S. citizens must provide a copy of their passport, non-U.S. citizens must provide proof of the Test of English for International Communication (TOEIC) test score of 730 or higher, or other English test similar to the TOEIC. d. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2018) (Offeror shall include a completed copy of the provision (See Attachment 3) e. FAR 52.204-7, System for Award Management: i. All vendors must be registered in System for Award Management (SAM) in order to be considered for award. Registration can be accomplished at www.sam.gov. 10. The following clauses and provisions apply to this acquisition: By Reference: FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.212-1 Instructions to Offerors--Commercial Items (JAN 2017) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (AUG 2018) Alternate I (OCT 2014) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (JAN 2017) FAR 52.225-14 Inconsistency Between English Version And Translation Of Contract (FEB 2000) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (OCT 2015) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.222-7002 Compliance With Local Labor Laws (Overseas) (JUN 1997) DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7008 Assignment of Claims (Overseas) (JUN 1997) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.233-7001 Choice of Law (Overseas) (JUN 1997) DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) By Full Text: Addenda to FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 2018) (a) Paragraphs 52.212-1(b), "Submission of offers," and 52.212-1(f), "Late submissions, modifications, revisions, and withdrawals of offers," are deleted in their entirety and replaced with 52.215-1(c), "Submission, modification, revision, and withdrawal of offers," by reference. (b) Paragraph 52.212-1(c), "Period for Acceptance of Offers," is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." (c) The following is inserted as new paragraph (m) of the provision: "(m) Offer Preparation Instructions. A. To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Price Quote, Part II - Technical Capability, and Part III - Miscellaneous information. B. Specific Instructions: 1. PART I - PRICE QUOTE - Submit 1 copy. (a) Insert the total price providing the required items on the attached price schedule (see Attachment 2). No tax shall be included into the price schedule. (b) Insert the name, title and POC information who may be contacted in terms of the submitted quotation from the Government. 2. PART II - TECHNICAL - Limited to no more than 15 pages. Submit 1 copy. Factors: - Technical Factor 1 - Technical Capability: This include resume and/or four year degree diploma and the letter of recommendation from a Roman Catholic Chaplain or Priest - Technical Factor 2 - English Requirement: This include a copy of U.S. passport (for U.S. citizens), or a copy of TOEIC test score, or other English Test score similar to TOEIC (for non-U.S. citizens). 3. PART III - MISCELLANEOUS INFORMATION - Submit 1 copy. (a) Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at www.sam.gov. Return the provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (See Attachment 3). For other provisions and clauses in the solicitation, the offeror is required to submit the pages that require an offeror fill-in. (b) Submit an acknowledgment of the all solicitation amendments, if issued. (c) FAR 52.204-7, System for Award Management: All vendors must be registered in System for Award Management (SAM) in order to be considered for award. Registration can be accomplished at www.sam.gov. 4. FORMAT FOR OFFERS SHALL BE AS FOLLOWS: (a) The electronic version of the offer shall be submitted in a format readable by Microsoft Office 2013, which includes software programs such as Word, Excel, or PowerPoint. For those pages of the offer that cannot be submitted using Microsoft Office, offerors shall include those pages electronically using Adobe Acrobat portable document files (.pdf) format. The Price Part may be submitted in designated format provided by the Government, which is attached on this RFQ (See Attachment 2 - Price Schedule). The other types of quotations are also acceptable. Those files are not to exceed 2 MB, and shall be submitted to paola.caceresvillalba@us.af.mil. By submitting an electronic copy, offerors assume all risk of offers not getting through security measures and firewalls. Only files created using Microsoft Word, Microsoft Excel, and/or Adobe.pdf files will be accepted. No zip files will be accepted. (b) Each Part shall be complete in itself and shall not reference information contained in other Parts. Page 1 of a Part is defined as the first page after the Table of Contents. All pages shall be numbered. (c) Elaborate formats, bindings, and color presentations are not desired or required. 5. The following list summarizes the offer submission: - PART I: Price Offer, provide 1 copy, no more than 10 pages. - PART II: Technical Offer, provide 1 copy, no more than 15 pages. - PART III: Miscellaneous Information, provide 1 copy, no more than 25 pages. (End of Addenda) Addendum to FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and technical acceptability considered. The Government intends to make award to the lowest priced technically acceptable. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Acceptability (i) The price evaluation will be made on the basis of the total price of all line items including all options. An offeror must therefore propose on all line items including options. The Government shall evaluate based on lowest price technical acceptability. If the lowest offeror meets the Government technical acceptability standard as defined in below paragraph a(ii), the contract may be awarded to the lowest offeror. If the lowest offeror fails to meet the Government technical acceptability as defined in below paragraph a(ii), the next lowest offer will be evaluated until the Government finds the technical acceptable offer. (ii) Technical acceptability is met when the offeror submits proof of the mandatory experience (resume) and/or four-year school diploma, letter of recommendation and proof of English proficiency to the level as required in the PWS and this RFQ. The Government technical evaluation team will evaluate the technical offers by assigning an Acceptable or Unacceptable rating (see Table 1 below). The offeror is requested to submit the following for overall assessment of technical acceptability. 1. Resume and/or a copy of four-year degree diploma. 2. Letter of Recommendation from a Roman Catholic Chaplain or Priest in accordance with the attached PWS. 3. Proof of English Proficiency: U.S. citizens must provide a copy of their passport. Non-U.S. citizens must provide proof of the Test of English for International Communication (TOEIC) score of 730 or higher, or other English test similar to the TOEIC. The test certificate must be current on the date of receipt of quote, and maintained throughout the life of the contract. 4. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2018) (Offeror shall include a completed copy of the provision (See Attachment 3) Table 1, Technical Acceptability Ratings Acceptable: Quote meets the requirements of the PWS and solicitation. Unacceptable: Quote does not meets the requirements of the PWS and solicitation. Note: The technical offer must "Pass" all of the sub-factors to be determined "Acceptable." There will be no point scores assigned, only "Pass" or "Fail." In order to be considered "Acceptable," there must be a "Pass" rating in every sub-factor. Even if an offer fails a sub-factor, the evaluators will continue to assess the remaining portions of the quotation; the entire offer must be evaluated. In order to be considered awardable, there must be a "Pass" rating in every sub-factor. Only those offers determined to be technically "Acceptable," either initially or as a result of discussions, will be considered for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (i) Price Evaluation for Utilization of FAR 52.217-8, Extension of Services Clause: In order to meet the requirements of FAR Part 6 and FAR Part 17, the price equivalent to the 6 months extension of services authorized by FAR 52.217-8 will be evaluated separately for every performance period, and will be factored as part of the total evaluated price for award. The Government will multiply the offeror's proposed price by a quantity equivalent to 6 months for CLIN 0001 through 4001 including Options under FAR 52.217-9; in order to evaluate the extension of services authorized by FAR 52.217-8. (c) Basis for Award: (i) Initially, offers shall be ranked according to evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. A single award will result from this evaluation. (ii) Next, the Government shall evaluate the offerors' technical information as referenced in paragraph (a) above. Technical Acceptability for all offerors will be rated as "Acceptable" or "Unacceptable" by personnel designated in 374 AW/HC. Technical acceptability is met when the offeror submits technical descriptions/information conforming to the PWS. (iii) Purchase Order will be awarded to the lowest offeror with technically acceptable capability, as defined in above paragraph (a). If the lowest offeror fails to meet the Government technical acceptable capability, the Government will then go to the next low offeror in the same manner if they meet the technical capability. This process will continue until an offeror is found to meet the Government technical acceptable capability in ascending order of the low price. (End of Addendum) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _____ (5) [Reserved] _____ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _____ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). _____ (10) [Reserved] _____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _____ (ii) Alternate I (NOV 2011) of 52.219-3. _____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _____ (ii) Alternate I (JAN 2011) of 52.219-4. _____ (13) [Reserved] _____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). _____ (ii) Alternate I (NOV 2011). _____ (iii) Alternate II (NOV 2011). _____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). _____ (ii) Alternate I (Oct 1995) of 52.219-7. _____ (iii) Alternate II (Mar 2004) of 52.219-7. _____ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). _____ (ii) Alternate I (Nov 2016) of 52.219-9. _____ (iii) Alternate II (Nov 2016) of 52.219-9. _____ (iv) Alternate III (Nov 2016) of 52.219-9. _____ (v) Alternate IV (Nov 2016) of 52.219-9. _____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). _____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). _____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). _____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). _____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). _____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women- Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). _____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _____ (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _____ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). _____ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). _____ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). _____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __X__ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). _____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). _____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). _____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. _____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. _____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). _____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. __X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). _____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693). _____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). _____ (ii) Alternate I (JAN 2017) of 52.224-3. _____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. _____ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). _____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). _____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). _____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __X__ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). _____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). _____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). _____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). _____ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). _____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 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.) (xv) 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) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 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. (xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 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 not later than 30 days of contract expiration. (End of clause) FAR 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 within 30 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 48 Months. (End of clause) 52.225-17 Evaluation of Foreign Currency Offers (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using Central rate of Daily Foreign Exchange Rates announced by Financial Market Dept., Bank of Japan in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of asolicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 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): https://www.acquisition.gov/?q=browsefar http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ http://farsite.hill.af.mil (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. To be Determined (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 FA5209 Admin DoDAAC FA5209 Inspect By DoDAAC TBD Ship To Code Not Applicable Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) TBD Service Acceptor (DoDAAC) TBD Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. 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) 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 ombudsman. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) 11. List of Attachments: Attachment 1: Performance-based Work Statement (PWS) Attachment 2: Price Schedule of Catholic Director of Religious Education Attachment 3: Offeror Reps & Certs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-18-U-0034/listing.html)
 
Place of Performance
Address: Yokota Air Base, Fussa, Japan
 
Record
SN05101702-W 20180923/180921231259-1dbc1ee039c96253f6ab26a7ee6d2b73 (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.