The RFP Database
New business relationships start here

Allegiance Software


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

I. GENERAL INFORMATION

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase services as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice.


This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for proposal for F2XHA84136A003 - Allegiance. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-76 (25 Jul 14) and the DPN 20140805 effective 05 Aug 14.


A Firm Fixed Priced Award will be made in accordance with the following:


NAICS Code: 511210, size standard $38.5 Million


II. NATURE OF ACQUISITION:


Maxwell AFB has a requirement to purchase the below listed services. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 25 Aug 2014, 12:00 hrs CDT.


III. SCHEDULE OF SUPPLIES/SERVICES:


The contractor shall provide the service listed below, which is to be performed on Maxwell, AFB.

BASE YEAR 31 August 2014 - 30 Aug 2015:
CLIN 0001: Secure Server Option to prevent intrusion/loss data.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0002: Software Development Kits (SDK) programming interface.

Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0003: User Login (Analyst) to monitor activity and generate reports.


Qty: 10 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0004: User Login (Standard) to create and administer surveys.


Qty: 25 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0005: Workgroup manages users, provides tech support and upgrades.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0006: Response Credits, Unlimited (allows for unlimited data collection).


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0007: Annual Passport - User Training in.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0008: Text Analytics (TA) codes qualitative data for analysis and reports.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2014 - 30 August 2015


CLIN 0009: One-Time Set-Up Services for TA configuration/domains. (Applicable only to Base Year)


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Delivery Date: 31 August 2014



OPTION PERIOD ONE (1) 31 August 2015 - 30 August 2016:
CLIN 1001: Secure Server Option to prevent intrusion/loss data.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1002: Software Development Kits (SDK) programming interface.

Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1003: User Login (Analyst) to monitor activity and generate reports.


Qty: 10 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1004: User Login (Standard) to create and administer surveys.


Qty: 25 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1005: Workgroup manages users, provides tech support and upgrades.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1006: Response Credits, Unlimited (allows for unlimited data collection).


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1007: Annual Passport - User Training in.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016


CLIN 1008: Text Analytics (TA) codes qualitative data for analysis and reports.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2015 - 30 August 2016



OPTION PERIOD TWO (2) 31 August 2016 - 30 August 2017:
CLIN 2001: Secure Server Option to prevent intrusion/loss data.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2002: Software Development Kits (SDK) programming interface.

Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2003: User Login (Analyst) to monitor activity and generate reports.


Qty: 10 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2004: User Login (Standard) to create and administer surveys.


Qty: 25 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2005: Workgroup manages users, provides tech support and upgrades.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2006: Response Credits, Unlimited (allows for unlimited data collection).


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2007: Annual Passport - User Training in.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017


CLIN 2008: Text Analytics (TA) codes qualitative data for analysis and reports.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2016 - 30 August 2017



OPTION PERIOD THREE (3):
CLIN 3001: Secure Server Option to prevent intrusion/loss data.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3002: Software Development Kits (SDK) programming interface.

Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3003: User Login (Analyst) to monitor activity and generate reports.


Qty: 10 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3004: User Login (Standard) to create and administer surveys.


Qty: 25 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3005: Workgroup manages users, provides tech support and upgrades.


Qty: 2 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3006: Response Credits, Unlimited (allows for unlimited data collection).


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3007: Annual Passport - User Training in.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


CLIN 3008: Text Analytics (TA) codes qualitative data for analysis and reports.


Qty: 1 Unit: EA Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
Base Period PoP: 31 August 2017 - 30 August 2018


 


IV. PROPOSAL PREPARATION INSTRUCTIONS


To assure timely and equitable evaluation of proposals, offerors must comply with the instructions contained herein. Noncompliance may raise doubt regarding an offeror's performance capabilities and may be grounds to eliminate the proposal from consideration for contract award. Proposals must be complete, self-sufficient, and respond directly to the requirement of the RFP. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, initial price should contain the offeror's best terms from a price standpoint. Submitted documents must be fully responsive to and consistent with the requirement of this RFP.
Price Proposal: The offeror must provide a price for each item listed above (CLIN's 0001 - 3008).


1. The offeror must submit a dated proposal on company letterhead or from a company e-mail with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror accedes to all solicitation requirements. Offerors may submit proposals by email as responses to this solicitation. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.


2. If offerors Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certfications will render a proposal as non-responsive and it will not be considered.


3. Interested parties capable of providing the requirement must submit their proposal to include discount terms, tax identification number, cage code, and DUNS.


4. To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.


IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.


V. BASIS FOR AWARD


This is a competitive acquisition utilizing Simplified Acquisition Procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For proposals determined technically acceptable, selection will be based on price.


An offeror will be determined technically acceptable if no exception is taken to the requirements of the RFP. Award will be based on price. Each offeror's proposed price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposals.


Award will be made to the lowest priced technically acceptable offeror.


 


VI. CONTRACT TERMS AND CONDITIONS:


The following provisions and clauses apply:


By reference:


The following provisions are included:


52.204-7, System for Award Management
52.212-1, Instructions to Offerors- Commercial Items
52.212-2, Evaluation - Commercial Items
52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items
52.217-5, Evaluation of Options
252.204-7004 Alt A, System for Award Management
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law


The following clauses are included:


52.203-3, Gratuities
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, System for Award Management Maintenance.
52.212-4, Contract Terms and Conditions-Commercial Items.
52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items The following FAR Clauses cited in this clause also applies:
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 Contractor's Debarred, Suspended, or Proposed for Debarment.
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.219-6, Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-13, Notice of Set-Aside on Orders
52.219-14, Limitations on Subcontracting
52.219-28, Post Award Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and
Other Eligible Veterans
52.222-40, Notification of Employee Rights under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-13, Restriction on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim.
52.222-17, Non-Displacement of Qualified Workers
52.237-2, Protection of Government Buildings, Equipment, and Vegetation.


DFARS Clauses:


252.203-7000, Requirements Relating to Compensation of Former DOD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.225-7012, Preference for Certain Domestic Commodities
252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.232-7003, Electronic Submission of Payment Requests
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002, Requests for Equitable Adjustment



By Full Text:


52.209-7 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)


52.217-9 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 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 60 months.


(End of Clause)


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 a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/


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/



AFFARS Clauses:


5352.201-9101 OMBUDSMAN (NOV 2012)


(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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.


(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)


5352.223-9001, Health and Safety on Government Installations (June 1997)


(a) In performing work under this contract on a Government installation, the contractor shall:


(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and


(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.


(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.


(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)


5352.242-9000, Contractor Access to Air Force Installation (May 1996)


(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)


5352.242-9001, Common Access Cards (CACs) for Contractor Personnel (August 2006)


(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria:


(1) Require logical access to Department of Defense computer networks and systems in either:


(i) the unclassified environment; or

(ii) the classified environment where authorized by governing security directives.


(2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings.


(b) Contractors and their personnel shall use the following procedures to obtain CACs:


(1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved.


(2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)).


(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy.


(d) During the performance period of the contract, the contractor shall:


(1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official;


(2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access;


(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and


(4) Report lost or stolen CACs in accordance with local policy/directives.


(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.


(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)


Special Instruction 45 Required Insurance

Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract.

a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000.

b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy.

c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties.


 



Special Instruction 114 Required Posters


Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively.


http://www.dol.gov/osbp/sbrefa/poster/main.htm


(End of Clause)


Special Instruction 119 Wawf-Electronic Submission Of Invoice (May 2006)
Reference DFARS Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS."


Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2


The following information codes will be required to submit your invoices correctly through WAWF:


Select Type Of Invoice:
Contract Specialist/Administrator select only one (1) of the following:



1
Invoice and Receiving Report (Combo)
(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended.



0
Construction Invoice
(Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept).


Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER)


Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable)


Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.

The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment.


Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base.


Admin DoDAAC: Block 16 (Administered by) of SF1449)


Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued.
Ship-From Code: Not a required field for Air Force contracts.


Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.


Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF.


LPO DoDAAC/Ext: Not a required field for Air Force contracts.


Additional E-Mail Notifications: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing:


Receiver/Acceptor: jay.warwick@us.af.mil


Contract Specialist: david.moore.29@us.af.mil


Contracting Officer: kevin.albertson.1@us.af.mil


In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.


(End of Clause)


Points of Contact:


David Moore
Contracting Specialist
Phone (334) 953-3914, Fax (334) 953-3527
david.moore.29@us.af.mil


Kevin Albertson
Contracting Officer
Phone (334) 953-6569, Fax (334) 953-3527
kevin.albertson.1@us.af.mil


 


David C. Moore, Contracting Specialist, Phone 334-953-3914, Fax 334-953-3227, Email David.Moore.29@us.af.mil - Joseph L. Derevage, Contracting Specialist, Phone 334-953-0530, Fax 334-953-3341, Email joseph.derevage@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP