The RFP Database
New business relationships start here

Cellular Services for the America Samoa


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

MICC-FORT KNOX
MISSION DIVISION

COMBINED SYNOPSIS/SOLICITATION



1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


2. Solicitation number W9124D-19-Q-6484 is issued as a Request for Proposal (RFP). If appearing in this solicitation, the term "RFP" shall also means "RFQ", the words "quote" or "offer" shall mean "proposal", the word "quoter" shall mean "offeror" and the word "contract" shall mean "purchase order".


3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular {2019-05, effective 13 August 2019}. See http://farsite.hill.af.mil/vffara.htm for this information.


4. The associated NAICS code is 517312 and the size standard of 1500 employees.


5. The list of Contract Line Item Numbers (CLINs):


Line Item Description Quantity Unit Price Total Price
X0001 Smartphone Plan
The monthly price for local cell service in American Samoa and neighboring region shall be the monthly price per phone, which is [$ ] times 22. The monthly price shall include unlimited voice, unlimited data and unlimited text and unlimited international roaming.


Therefore, the total monthly price per cell phone shall be multiplied by 22 phones in service for the aggregate monthly price. (22 cellphones* monthly price per phone = aggregate monthly price.


Then aggregate monthly price * 12 months = is the yearly price.
X0002 Overages for Voice and Data
Estimate cost for roaming charges for voice and data based on usage. Reimbursement under this CLIN will be based on a properly submitted invoice for actual usage.


Estimated Value to be added by the Government.
X003 Fees and Surcharges
This CLIN is for fees and surcharges, not overages. Reimbursement under this CLIN will be based on properly submitted invoices based on actual usage. Contractor shall provide a percentage of cost for Fees and Surchareges for the plan priced in CLIN X0001


Estimated Value to be added by the Government.
X004 Equipment and Accessories
Estimated cost for phones and accessories. Reimbursement under this CLIN will be based on invoices submitted for phones and accessories. That are pre-priced at time of award.


Pricing includes Apple iPhone 8 64GB Black/Silver at tiny_mce_marker_.__ (SKU #); OtterBox Defender Series for iPhone 8 at tiny_mce_marker_.__ (SKU#); 2.1 Amp Lighting VPC w/4ft cable at tiny_mce_marker_.__ (SKU #).


Estimated Value to be added by the Government.


6. The description of the requirement is as follows: USAREC requires cell phone services in America Samoa and the surrounding island region to include Tutuila Island, Aunu'u Island, the Manu'a Islands, Ta'u, the Swains Islands, Rose Atoll. In addition, the phone numbers must be local numbers.


7. Period of performance: 15 Sep 2019 to 14 Sep 2020 plus 4 option periods. Therefore, contractor must price the CLINS for the out years. Provide pricing for CLINS similar to format presented above, but ensure all the CLINS shown below are priced.

Base
15 Sep 2019 to
14 Sep 2020 OY1
15 Sep 2020 to
14 Sep 2021 OY2
15 Sep 2021 to
14 Sep 2022 OY3
15 Sep 2022 to
14 Sep 2023 OY4
15 Sep 2023 to
14 Sep 2024
CLIN 0001 CLIN 1001 CLIN 2001 CLIN 3001 CLIN 4001
CLIN 0002 CLIN 1002 CLIN 2002 CLIN 3002 CLIN 4002
CLIN 0003 CLIN 1003 CLIN 2003 CLIN 3003 CLIN 4003
CLIN 0004 CLIN 1004 CLIN 2004 CLIN 3004 CLIN 4004

8. The required start date 15 Sep 2019


INSTRUCTIONS TO OFFERORS


Submitting your quote. Quotes shall be submitted via email to the Contracting Officer, Daniel Hereford at daniel.j.hereford.civ@mail.mil and Contract Specialist Monika Watkins monika.watkins2.civ@mail.mil by 0800 am Fort Knox, KY Local Time on Tuesday, 4 September 2019. No other method of submission is acceptable. Attachments are limited to 5 MB per email. Quotes should be in either Adobe or Microsoft Office format. Offerors are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files).


Submission deadline. We will not consider any offer that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not delay our purchase. In case of an emergency that delays our operations and makes submission or receipt of your offer impossible, we will extend the deadline accordingly.


Terms and content of your quote. Your quote must be based on the terms of this RFQ. Government may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below and be valid for 30 days.


Issuance of purchase order. Your quote should contain your best terms. The Contracting Officer may reject any or all quotes. After the evaluation of the offers, the Contracting Officer may negotiate final terms with one or more offerors of the Government's choice before issuing a purchase order. The Contracting Officer will not negotiate with any offerors other than those of the Government's choice and will not use the formal source selection procedures described in FAR Part 15.


The Contracting Officer may issue a purchase order to other than the offeror with the lowest price, i.e. most advantageous. Award will be made in the aggregate to the responsive, responsible offeror submitting an offer that meets the intended use specification contained herein. Consistent with customary commercial practice, the offeror must include coverage maps that clearly show "home areas" and "roaming areas". The map should also show reliability or signal strength in bars, then same way a customer measures these attributes. The offeror must provide rates for overages to include voice, SMS, data, voice and SMS to CONUS, and voice and SMS to Alaska and Hawaii. The offeror must propose a highest-level of service to mitigate roaming charges. This information is required for evaluation and comparison.


Intended Use Specification
In accordance with FAR 12.602 (b), this is the intended use of the cell phone services in the America Samoa Island area. Currently, twenty-two phones are used to perform United States Recruiting Command's mission in the region. The current plan provides 2,000 minutes; local and CONUS, 1,500 SMS (text), 80GB LTE Data at set fee provided the user is one place, America Samoa. The problem is due to USAREC's mission in the Pacific Rim region end users are on the move incurring overages that were never foreseen. These overages are problematic; the overages even halted service at one time. The Government needs a generous coverage area reduces the likelihood of overages and/or a method to monitor plan usage at the local-level or remotely.


The cell phone end user needs a way to check usage in near real time when traveling to various islands in the Pacific Rim region while performing recruiting missions. The inability to check or receive usage alerts during travel causes international roaming charges to occur. The cell phone end user doesn't receive overage details that would allow them to stay within the plan limits Therefore, the amount of overages that occurred isn't known until the vendor invoices. The Government needs a method to prevent this. Ideally, a solution should allow monitoring to be done by the end user and a designated Government person via website with account dashboards or something.


Selecting the offer
In accordance with FAR 12.602 (c), the most advantageous offer will be the offer that best conforms to the Government's intended use. The offer should provide local numbers, the largest local calling area (no roaming) to minimize overage fees, and is reliable in terms of coverage and signal strength.


Quotes shall contain the following:


1. Quote Cover Letter that provides your company's Name, Property Name/address, and Point of Contact, phone number, CAGE Code, DUNS Number and tax ID number. In order to be considered for award, all contractors must have active registration in System for Award Management (SAM) website and the same NAICS code listed in paragraph 4 above.

2. Offers must be complete and include pricing for the option periods with percentage that can be applied to estimate the fees and charges for services received.

3. Technical Offer need not include network overview information, buyback programs or include endorsements. The technical offer need provide the information requested above under Issuance of a Purchase Order. Maximum page length is 5 pages, with minimum font size of 10 points. At the bottom of the technical quote, explain any exceptions taken to the requirements in this solicitation. Note that exceptions to the RFP may render the offer unacceptable to the Government.


Questions. Questions regarding this RFQ shall be submitted in writing by 1100am, 28 August 2019 via e-mail to Daniel Hereford at daniel.j.hereford.civ@mail.mil and Monika Watkins monika.watkins2.civ@mail.mil. All questions must be submitted in writing.


CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions--Commercial Items
52.219-6 Notice of Total Small Business Set-Aside Certifications.
52.222-41 Service Contract Labor Standards
52.232-1 Payments
52.232-8 Discounts For Prompt Payment

252.203-7005 Requirements Relating to Compensation of Former DoD Officials
252.204-7004 Alt A System for Awards Management
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea

CLAUSES INCORPORATED BY FULL TEXT
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2019)


(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.)


N/A (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).


N/A (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


XXX (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.)


XXX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).


N/A (5) [Reserved]


N/A (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

N/A (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).


N/A (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).


N/A (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).


N/A (10) [Reserved]


N/A (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).


N/A (ii) Alternate I (NOV 2011) of 52.219-3.


N/A (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).

N/A (ii) Alternate I (JAN 2011) of 52.219-4.


N/A (13) [Reserved]


N/A (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).


N/A (ii) Alternate I (NOV 2011).


N/A (iii) Alternate II (NOV 2011).


N/A (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).


N/A (ii) Alternate I (Oct 1995) of 52.219-7.


N/A (iii) Alternate II (Mar 2004) of 52.219-7.


N/A (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).


N/A (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)).


N/A (ii) Alternate I (Nov 2016) of 52.219-9.


N/A (iii) Alternate II (Nov 2016) of 52.219-9.


N/A (iv) Alternate III (Nov 2016) of 52.219-9.


N/A (v) Alternate IV (Aug 2018) of 52.219-9.


N/A (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).


N/A (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).


N/A (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).


N/A (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).


N/A (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).


N/A (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)).

N/A (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)).


XXX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).


XXX (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).


XXX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).


XXX (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).


N/A (ii) Alternate I (Feb 1999) of 52.222-26.

N/A (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).

N/A (ii) Alternate I (July 2014) of 52.222-35.

XXX (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

N/A (ii) Alternate I (July 2014) of 52.222-36.


N/A (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).


N/A (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).


XXX (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).


N/A (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).


N/A (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.)


N/A (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.)


N/A (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.)


N/A (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).


N/A (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).


N/A (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).


N/A (ii) Alternate I (OCT 2015) of 52.223-13.


N/A (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).


N/A (ii) Alternate I (Jun 2014) of 52.223-14.


N/A (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).


N/A (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).


N/A (ii) Alternate I (Jun 2014) of 52.223-16.


XXX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).


N/A (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).


N/A (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).


XXX (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).


N/A (ii) Alternate I (JAN 2017) of 52.224-3.


N/A (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).


N/A (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.


N/A (ii) Alternate I (May 2014) of 52.225-3.


N/A (iii) Alternate II (May 2014) of 52.225-3.


N/A (iv) Alternate III (May 2014) of 52.225-3.


N/A (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).


XXX (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).


N/A (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).


N/A (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150


N/A (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).


N/A (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)).


N/A (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).


XXX (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).


N/A (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332).


N/A (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).


XXX (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).


N/A (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)).


N/A (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).

N/A (ii) Alternate I (Apr 2003) of 52.247-64.

N/A (iii) Alternate II (Feb 2006) 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.)


N/A (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).


N/A (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).


N/A (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).


N/A (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


N/A (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).


N/A (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).


N/A (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).


N/A (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).


N/A (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


N/A (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).


(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 (Oct 2018) (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 (Sep 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 (Aug 2018), (41 U.S.C. chapter 67).


(xiii) N/A (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).


N/A (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)
52.217-4 --Evaluation of Options Exercised at Time of Contract Award (Jun 1988)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award.
(End of Provision)
52.217-8 -- Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration.
(End of Clause)
52.217-9 -- Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days from the end of the contract period; 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 60 months.
(End of Clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)


(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an
authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.


(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with
an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of provision)


52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)


(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.


(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR 2) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(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).


INVOICE


(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.


GOVERNMENT

(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 HQ0490
Issue By DoDAAC W9124D
Admin DoDAAC W9124D
Inspect By DoDAAC W80BSN
Ship To Code N/A
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A


(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.


Inspector/Acceptor: TBD upon award

(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, but not invoice acceptance.
Contract Administrator: TBD upon award
Contracting Officer: TBD upon award
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)


 


Daniel J. Hereford, Contracting Officer, Phone 5026245452, Email daniel.j.hereford.civ@mail.mil - Monika Watkins, Contract Specialist, Phone 5026241068, Email monika.watkins2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP