The RFP Database
New business relationships start here

Locker and Bench Replacement


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

GENERAL INFORMATION

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a 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 solicitation; quotes are being requested and a written solicitation will not be issued.


This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XJA88156AW03). The solicitation document and incorporated provisions and clauses are those in effect as of the Federal Acquisition Circular 2005-100 effective 8/22/2018 and DPN 20180824 effective 08/24/18.


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


NAICS Code: 337215; size standard: 500 employees


The Defense Priorities and Allocations System rating is C9E.


IMPORTANT NOTES:


1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED.


2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED.


3. THIS PROCUREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE.


4. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

NATURE OF ACQUISITON: The 42nd Contracting Squadron on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 0009. This procurement will be awarded under Simplified Acquisition Procedures.


All inquiries/responses to this notice must be received by 19 September 2018 at 3:00PM CDT.


SCHEDULE OF SUPPLIES/SERVICES:


This acquisition is for the purchase of the following items:


CLIN 0001: Locker, Single Tier
Estimated Quantity: - 37 Each


CLIN 0002: Locker, Double Tier "S" Style
Estimated Quantity: 22 Each


CLIN 0003: Locker Benches, Wood
Estimated Quantity: 10 Each


CLIN 0004: Lock. Resettable Combination
Estimated Quantity: 169 Each


CLIN 0005: Cubby, Wood, Rectangle
Estimated Quantity: 2 Each


CLIN 0006: Base for Cubbies
Estimated Quantity: 4 Each


CLIN 0007: Cubby, Wood, Cube
Estimated Quantity: 8 Each


CLIN 0008: Compartment Shelf
Estimated Quantity: 4 Each


CLIN 0009: Delivery, Installation, and Removal
Estimated Quantity: 1 Each



DELIVERY INFORMATION


Delivery Address:


Maxwell AFB OTS/COT
ATTN: Crystal Turgeon
501 Lemay Plaza North
Building 1493
Maxwell AFB, AL 36112
Shipping will be FOB Destination


*Site Visit*


A site visit is scheduled for Officer Training School, Bldg. 1493, Maxwell AFB, AL on 10 Sep 18 at 11:00 AM Central Daylight Time (CDT). Offerors should be at the Maxwell Front Gate, Visitor's Center at Maxwell AFB, AL at 10:00 AM CDT to receive a visitor's pass. Please provide a list of all attendees and ensure they have their driver's license, proof of vehicle insurance, and vehicle registration. All attendees' names will need to be submitted by 7 Sep 18 at 1:00 PM CDT. In addition to the attendees' name as reflected on their drivers' license, include each individual's title and phone number. Submit the requested information to Bruce Bentley at bruce.bentley@us.af.mil and Mark Restad at mark.restad.1@us.af.mil.


QUOTATION PREPARATION INSTRUCTIONS


To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.


a. The offeror must submit dated quote 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 must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.


b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site.


c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.


d. To be eligible to receive an award resulting from this RFQ, 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.


e. If any products offered are not domestic end products IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American Balance of Payments Program Certificate) certification, from SAM, with their quote.


f. PROJECT MILESTONE PLAN (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation. The exact format and content of the PMP is at the offeror's discretion, but it shall be expressed in terms of "days after contract" and include, at a minimum, a timeline for: Delivery and Installation

Product Delivery - _______Days after contract
Installation - _________Days afer contract


The Project Milestone Plan will be incorporated into the contract


g. Responses to this notice shall be provided in writing via e-mail to Bruce Bentley at bruce.bentley.2@us.af.mil and Mark Restad at mark.restad.1@us.af.mil. All responses shall be received NLT 3:00PM CDT on 19 September 2018. Email is the preferred method. Points of Contact: Bruce Bentley, Contracting Specialist; Phone (334) 953-7393, and Mark Restad, Contracting Officer, Phone (334)953-6776.
BASIS FOR AWARD


Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror:


a) Submits a dated quote with unit prices and extended prices in response to this solicitation


b) Takes no exception to the requirements of this synopsis/solicitation, including attached specifications, "Schedule of Supplies/Services" and terms and conditions


c) Vendors will be determined technically acceptable if the vendor meets the specifications in the Statement of Objectives, paragraph 2 to the satisfaction of the Government needs.
d)


CONTRACT TERMS AND CONDITIONS:


The following clauses apply:


By reference:


52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
52.204-13, System for Award Management Maintenance (Oct 2016)
52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment (Oct 2015)
52.212-4 ,Contract Terms and Conditions -- Commercial Items (Jan 2017)
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018)
52.222-22, Previous Contracts and Compliance Report (Feb 1999)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-18, Availability of Funds (Apr 1984)
52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul. 2013)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
52.233-3, Protest After Award (Aug 1996)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
252.203-7000, Requirements Related to Compensation of Former DoD officials (SEP 2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
252.204-7003, Control of Government Personnel Work Product (APR 1992)
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)
252.225-7001, Buy American and Balance of Payments Program (DEC 2017)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.243-7001, Pricing of Contract Modifications (DEC 1991)
252.244-7000, Subcontracts for Commercial Items (JUN 2013)
252.247-7023, Transportation of Supplies by Sea (APR 2014)


By Full Text:


FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) __X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 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.
(xxi) 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 52.217-7, OPTIONS FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (Mar 1989)


The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.


(End of clause)



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/vffara.htm
(End of Clause)


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.
(End of Clause)
252.211-7003 ITEM UNIQUE IDENTIFICATIONAND VALUATION (Mar 20216)


(a) Definitions. As used in this clause-
"Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.
"Concatenated unique item identifier" means-
(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or
(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number.
"Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022.
"Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.
"DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.
"DoD item unique identification" means a system of marking items delivered to
DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.
"Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.
"Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency.
"Government's unit acquisition cost" means-
(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;
(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and
(3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery.
"Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459.
"Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier.
"Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.
"Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions.
"Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.
"Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface.
"Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent.
"Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.
"Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.
"Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier.
"Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier.
"Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto.
"Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.
"Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.
(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.
(c) Unique item identifier.
(1) The Contractor shall provide a unique item identifier for the following:
(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items:
Contract Line, Subline, or
Exhibit Line Item Number Item Description
_CLIN 0001 Solar Lighting System ___________________________________
___________________________________________________________________
___________________________________________________________________
(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table:
Contract Line, Subline, or
Exhibit Line Item Number Item Description
___CLIN 0001_ Single Tier Locker__________________________________________
___CLIN 0002_Double Tier S Style Locker___________________________________
___CLIN 0003_Wood Locker Benches_______________________________________
___CLIN 0004_Resettable Combination Lock_________________________________
___CLIN 0005_Wood Cubby Rectangle_______________________________________
___CLIN 0006_Base for Cubbies____________________________________________
___CLIN 0007_Wood Cubby Cube___________________________________________
___CLIN 0008_Compartment Shelf___________________________________________


(If items are identified in the Schedule, insert "See Schedule" in this table.)
(iii) Subassemblies, components, and parts embedded within delivered
items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____.
(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____.
(v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability.
(2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.
(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification.
(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-
(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:
(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.
(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.
(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and
(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media.
(5) Unique item identifier.
(i) The Contractor shall-
(A) Determine whether to-
(1) Serialize within the enterprise identifier;
(2) Serialize within the part, lot, or batch number; or
(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and
(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version;
(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and
(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version.
(ii) The issuing agency code-
(A) Shall not be placed on the item; and
(B) Shall be derived from the data qualifier for the enterprise identifier.
(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information:
(1) Unique item identifier.
(2) Unique item identifier type.
(3) Issuing agency code (if concatenated unique item identifier is used).
(4) Enterprise identifier (if concatenated unique item identifier is used).
(5) Original part number (if there is serialization within the original part number).
(6) Lot or batch number (if there is serialization within the lot or batch number).
(7) Current part number (optional and only if not the same as the original part number).
(8) Current part number effective date (optional and only if current part number is used).
(9) Serial number (if concatenated unique item identifier is used).
(10) Government's unit acquisition cost.
(11) Unit of measure.
(12) Type designation of the item as specified in the contract schedule, if any.
(13) Whether the item is an item of Special Tooling or Special Test Equipment.
(14) Whether the item is covered by a warranty.
(e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:
(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part.
(2) Unique item identifier of the embedded subassembly, component, or part.
(3) Unique item identifier type.**
(4) Issuing agency code (if concatenated unique item
identifier is used).**
(5) Enterprise identifier (if concatenated unique item identifier is used).**
(6) Original part number (if there is serialization within the original part number).**
(7) Lot or batch number (if there is serialization within the lot or batch number).**
(8) Current part number (optional and only if not the same as the original part number).**
(9) Current part number effective date (optional and only if current part number is used).**
(10) Serial number (if concatenated unique item identifier is used).**
(11) Description.
** Once per item.
(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:
(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/.
(2) Embedded items shall be reported by one of the following methods-
(i) Use of the embedded items capability in WAWF;
(ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or
(iii) Via WAWF as a deliverable attachment for exhibit line item number 0001 Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423.
(g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which
item unique identification is required in accordance with paragraph (c)(1) of this clause,
the Contractor shall include this clause, including this paragraph (g), in the applicable
subcontract(s), including subcontracts for commercial items.
(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 and Receiving Report (Combo)


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


Inspection location: Destination
Acceptance location: Destination

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.

Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F87700
Issue By DoDAAC FA3300
Admin DoDAAC FA3300
Inspect By DoDAAC F2XJA8
Ship To Code F2XJA8
Ship From Code Not applicable.
Mark For Code Not applicable.
Service Approver (DoDAAC) F2XJA8
Service Acceptor (DoDAAC) F2XJA8
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.


crystal.turgeon@us.af.mil

bruce.bentley.2@us.af.mil


mark.restad.1@us.af.mil


(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.


Not applicable.


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

(End of clause)


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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. 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)
The following provisions apply:


FAR 52.204-7 , System for Award Management (Oct 2016)
FAR 52.212-1, Instructions to Offerors, Commercial Items (DEVIATION 2018-O0013) (Apr 2018), addended to delete paragraph (h) Multiple Awards.
FAR 52.212-3, ALT 1, Offeror Representations and Certifications - Commerical Items (Aug 2018) Offerors are reminded that Representations and Certifications are maintained at the following website: https://www.sam.gov. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil.
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)


FAR 52.252-1, Solicitation Provisions 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 address: http://farsite.hill.af.mil/vffara.htm


 


 


Bruce D. Bentley, Contract Specialist, Phone 334-953-7393, Email bruce.bentley.2@us.af.mil - Mark K. Restad, Contract Officer, Phone 334-953-6776, Email mark.restad.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP