The RFP Database
New business relationships start here

Air Force Gun Locks with Suicide Prevention Logos


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. 
 
The Air Force District of Washington Contracting Directorate (AFDW/PK), 1500 W. Perimeter Rd., Suite 5750, Joint Base Andrews, MD 20762, intends to procure gun locks adorned with the national suicide prevention lifeline logo, phone number, and Air Force resiliency logo.

This solicitation is being issued as Request for Quotation (RFQ)/Solicitation No. FA7014-19-R-SPGL. The North American Industry Classification System Code (NAICS) for this requirement is 332510, Hardware Manufacturing, with a size standard of 750 employees. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05. The Government contemplates the issuance of a Firm-Fixed Price (FFP) contract to satisfy this requirement.

The quotation package shall include the following FFP Contract Line Item Numbers (CLINs) for a six (6) month base period of 30 Sep 2019 - 31 Mar 2020, to include the elements listed in the product list as follows:
CLINS:


0001    Gun Locks (With Shipping)


QTY     UNIT     UNIT PRICE     TOTAL PRICE
150,000    EA    $__________    $____________


DESCRIPTION OF PRODUCTS: See the Table of Attachments below:
TABLE OF ATTACHMENTS:


Attachment    Description    Pages
1    Product Description    2
2    Print Logo Example    N/A
3    Stop Tag    N/A
4    Suicide Prevention Logo    N/A


INSPECTION & ACCEPTANCE TERMS: Products will be inspected by the Government at the receiving shipping locations.


FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2, Evaluation -Commercial Items, and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: FAR 52.204-7, 52.204-13, 52.217-5, and 52.252-1: farsite.hill.af.mil, 52.252-5: para (b) Defense Acquisition Regulation System Department of Defense (Chapter 2).


Addendum 52.212-1


1. Offerors shall address questions, concerns, or requests for clarification in writing (via e-mail) to the points of contact listed below by no later than 4:00pm Eastern Time (ET) on 18 September 2019. Telephonic inquiries will not be accepted. Electronic submissions shall have receipt confirmed electronically. The Contracting Officer and Contract Specialist assume no responsibility for non-delivery due to technical difficulties.



de Ionne Jones
Contract Specialist
Telephone: 240-612-6149
deionne.jones.civ@mail.mil
William M. Engelhart
Contracting Officer
Telephone: 240-612-6182
william.m.engelhart.mil@mail.mil


 


2. The period of performance for this requirement will be as follows:


Base: 30 Sep 2019 - 31 Mar 2020


3. All proposals shall be submitted via email to the Contracting Officer william.m.engelhart.mil@mail.mil and the contract Specialist deionne.jones.civ@mail.mil no later than 4:00pm Eastern Time (ET) on 20 September 2019.


FAR 52.212-3 -- Offeror Representations and Certifications (Oct 2018) -- Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.


FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions--Commercial Items and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items apply to this acquisition, to include the following cited clauses: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-50, 52.223-18, 52.232-33, 52.233-3, and 52.233-4 is hereby incorporated.


The following FAR clauses: 52.202-01, 52.203-3, 52.204-4, 52.204-19, 52.209-6, 52.217-9: para (a) 30 days/60 days, para (c) 60 months, 52.217-8, 52.222-46, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.245-1, 52.252-2: farsite.hill.af.mil, 52.252-6: (b) Defense Acquisition Regulation System Department of Defense (Chapter 2), 52.253-1


The following DFARS clauses: 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7004, 252.204-7005, 252.204-7006, 252.204-7012, 252.211-7007, 252.225-7001, 252.225-7002, 252.239-7001, 252.243-7001, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004,


252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)


(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.


F1AF1C


(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     FA7014
Admin DoDAAC        FA7014
Inspect By DoDAAC     F1AF1C
Ship To Code         F1AF1C


(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.


schuyler.g.griswold.civ@mail.mil (A1Z Program Manager)
bethany.n.brown.civ@mail.mil (AF/A1 Budget POC)
laura.s.pormann.civ@mail.mil (AF/A1 Budget POC)
william.m.engelhart.mil@mail.mil (Contracting Officer)
deionne.jones.civ@mail.mil (Contract Specialist)


(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.


dfas.limestone-me.jaq.mbx.dfas-li-customer-inquiries@MAIL.MIL


(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.


(End of clause)


5352.201-9101 Ombudsman


As prescribed in 5301.9103, insert the following clause:


OMBUDSMAN (JUN 2016)


(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offers, potential offers, 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 AFDW/PK Ombudsman; Primary: MaryKathryn Robinson, marykathryn.s.robinson.civ@mail.mil, (240)612-6112, 1500 West Perimeter Rd, Suite 5750, Joint Base Andrews, Maryland, 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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.


 



William M. Engelhart, Contracting Officer, Phone 2406126182, Email william.m.engelhart.mil@mail.mil - de Ionne Jones, Contract Specialist, Phone (240) 612-6149, Email deionne.jones.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP