The RFP Database
New business relationships start here

Large Airframe Corrosion Prevention (C17 and E3 Aircraft Cleaning and Post Lubrication)


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

THE DEADLINE FOR RECEIPT OF QUOTES IS
14 Aug 2014, 3:00 PM, Alaska Local Time

 


CONTRACTING OFFICE ADDRESS: Department of the Air Force, Pacific Air Force, 673 CONS- Joint Base Elmendorf-Richardson (JBER), Building 10480 Sijan Ave, JBER, Alaska, 99506-2500
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, utilizing the Simplified Acquisition Procedures (SAP) under FAR Part 13.5, Test Program Procedures for Certain Commercial Items a13s 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 synopsis/solicitation is issued as a Request For Quotation (RFQ) under the solicitation number FA5000-14-T-0006, Large Airframe Corrosion Prevention (E-3 & C-17 Aircraft Cleaning and Post Lubrication) Services at JBER, Alaska.


Description of Service: The Contractor shall provide all personnel, equipment, personal protective materials, management, and other items necessary to perform contracted services, unless specified within Appendix C. The Contractor is encouraged and expected to be efficient and effective in accomplishing the PWS requirements in a timely manner and in a way that fosters pride and ownership in the work performed specified in the Performance Work Schedule (PWS). The Contractor's staff shall maintain focus on job safety and customer service at all times while carrying out the following performance objectives: 1) Aircraft cleaning and post lubrication for the C-17; 2) Aircraft cleaning and post lubrication for the E-3; and 3) Environmental compliance.


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 as of 29 Apr 2014, Defense Federal Acquisition Regulation Supplement Publication Notice 20140506, effective 06 May 2014 and Air Force Acquisition Circular 2014-0421 Baseline effective 21 Apr 2014.


This acquisition is a total Small Business Set-aside in regards to size standards. The applicable (North American Industry Classification System) NAICS code is 488190, Other Support Activities for Air Transportation and the small business size standard is $30,000,000.00. Prospective vendors must ensure they meet all requirements in 52.212-1, 52.212-2, 52.212-3 and addendums as failure to follow all instructions may result in an RFQ being deemed non-responsive and potentially ineligible for award.


Period of Performance (PoP):
Base year- 15 Sep 2014 through 14 Sep 2015 (12 Months)/Contract Line Items Numbers (CLIN) 0001-0007
Option Year 1 (if exercised) - 15 Sep 2015 through 14 Sep 2016 (12 Months)/ CLINS 1001-0007
Option Year 2 (if exercised) - 15 Sep 2016 through 14 Sep 2017 (12 Months)/ CLINS 2001-2007
Option Year 3 (if exercised) - 15 Sep 2017 through 14 Sep 2018 (12 Months)/ CLINS 3001-3007
Option Year 2 (if exercised) - 15 Sep 2018 through 14 Sep 2019 (12 Months)/ CLINS 4001-4007


**A pre-proposal conference/site visit will be held at Joint Base Elmendorf -Richardson (JBER) on 25 Jul 2014 to start promptly at 9:00 AM Alaska Daylight Standard Time (ADST) in Room 350, 3rd floor conference area of the Contracting building, 10480 Sijan Ave. on JBER. The purpose of the conference is to familiarize all offerors with the term and conditions of the solicitation and to discuss all aspects of the contract specifications and the performance standards contained therein. The pre-proposal conference will be followed by a site visit to include a short tour of the following representative facilities:


1) Bldg. 17508 517 Aircraft Maintenance Unit (AMU)
2) Bldg. 14410 962 Aircraft Maintenance Unit (AMU)


The conference and site visit should be concluded by 12:00 PM (noon). All costs associated with attending the pre-proposal conference/site visit shall be borne by the offeror. ALL PROSPECTIVE OFFERORS ARE URGED TO ATTEND THIS CONFERENCE. If a contractor is not at the designated start location above by 9:00 AM, there will not be a future site visit.**


All contractors, including those that have access to Joint Base Elmendorf-Richardson (JBER), wishing to participate in the site visit shall provide the following information of individuals attending. No more than two individuals per contractor: 1) Name (first, middle and last,) and 2) Company


Provide the information to 673 CONS NLT 1:00 PM ADST 22 JuL 2014. Please provide the information, via email, to the following address: james.cohen.1@us.af.mil


Please go through the Boniface gate to obtain a visitor pass, if needed. Please allow for some delay while obtaining the pass. The following information will be required when getting your pass: 1) License
2) Registration, 3) Proof of insurance.


Enter through the Boniface gate to the third light; take a right on Sijan Ave then a left on 20th Street, then a right on Luke Ave. There is a parking lot on your left hand side, park there. Proceed to the nearest entrance. Follow the signs to the 3rd floor conference room #350.


Following the pre-proposal conference approximately 10:00 AM AST interested attendees will proceed via Government provided transportation (bus) to the job-sites which require Government escorted entry. Any personnel attending are cautioned they will be required to stay with the group at all times for security reasons. Due to the restricted space not more that two attendees from each firm will be allowed to participate in the on-site walk-through.


Questions/requests for clarifications shall be submitted in writing via email to james.cohen.1@us.af.mil Responses to questions and requests for clarifications will be posted no later than 3:00 PM ADST on 30 Jul 2014. No additional questions will be received after 30 Jul 2014.


Wage Determination No. 2005-2017, Rev. No. 17 dated 06/19/2013 is incorporated.


(End of clause)


This RFQ contains 35 total line items. All of the CLINS are firm fixed price based on an "each" unit of issue. The line items are as follows:


Item No Description of Services Qty Unit Unit Price Cumulative Amount
NON-PERSONAL SERVICES
Provide all personnel, equipment, personal protective materials, management, and other items necessary to perform contracted services specified in PWS Appendix C, for the Base Year period 15 Sep 2014 through 14 Sep 2015 in accordance with the PWS.

0001 C17 Complete Wash and Post Lubrication (Scheduled)(Wash Rack) (WS-1), PWS 2.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price. 23 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
0002 C17 Out of Cycle Wash (Unscheduled) (Wash Rack) (WS-2), PWS 2.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 3 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
0003 E3 Clear Water Rinse (When required) (Flightline or Wash Rack) (WS-3), PWS 3.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary. .
Firm Fixed Price 2 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
0004 C17 Complete (Major) Interior Cleaning (Scheduled & Unscheduled) (Flightline or Wash Rack) (Large Airframe Hangar LAH or Dual Bay) (WS-4). PWS 2.3.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
0005 C17 Interior Cleaning (Minor) (Flightline) (Unscheduled) (WS-5). PWS 2.4.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 20 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
0006 C17 Underfloor (Bilge) Wash (Scheduled) (Wash Rack) (WS-6). PWS 2.5.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
0007 E-3 Wash Complete Wash (WS-7), PWS 3.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________

Total (Base Year) CLINS 0001-0007


tiny_mce_marker

___________


NON-PERSONAL SERVICES
Provide all personnel, equipment, personal protective materials, management, and other items necessary to perform contracted services specified in PWS Appendix C, for the 1st Option period 15 Sep 2015 through 14 Sep 2016 in accordance with the PWS.

1001 C17 Complete Wash and Post Lubrication (Scheduled)(Wash Rack) (WS-1), PWS 2.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 23 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
1002 C17 Out of Cycle Wash (Unscheduled) (Wash Rack) (WS-2), PWS 2.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 3 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
1003 E3 Clear Water Rinse (When required) (Flightline or Wash Rack) (WS-3), PWS 3.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary. .
Firm Fixed Price 2 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
1004 C17 Complete (Major) Interior Cleaning (Scheduled & Unscheduled) (Flightline or Wash Rack) (Large Airframe Hangar LAH or Dual Bay) (WS-4). PWS 2.3.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
1005 C17 Interior Cleaning (Minor) (Flightline) (Unscheduled) (WS-5). PWS 2.4.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 20 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
1006 C17 Underfloor (Bilge) Wash (Scheduled) (Wash Rack) (WS-6). PWS 2.5.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
1007 E-3 Wash Complete Wash (WS-7), PWS 3.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price 5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________

Total (Option Year 1) CLINS 1001-1007


tiny_mce_marker

___________


NON-PERSONAL SERVICES
Provide all personnel, equipment, personal protective materials, management, and other items necessary to perform contracted services specified in PWS Appendix C, for the 2nd Option period 15 Sep 2016 through 14 Sep 2017 in accordance with the PWS.

2001 C17 Complete Wash and Post Lubrication (Scheduled)(Wash Rack) (WS-1), PWS 2.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price



23



Each





tiny_mce_marker

_________





tiny_mce_marker

___________
2002 C17 Out of Cycle Wash (Unscheduled) (Wash Rack) (WS-2), PWS 2.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


3 Each

tiny_mce_marker

_________

tiny_mce_marker

___________
2003 E3 Clear Water Rinse (When required) (Flightline or Wash Rack) (WS-3), PWS 3.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary. .
Firm Fixed Price


2 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
2004 C17 Complete (Major) Interior Cleaning (Scheduled & Unscheduled) (Flightline or Wash Rack) (Large Airframe Hangar LAH or Dual Bay) (WS-4). PWS 2.3.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price



5 Each





tiny_mce_marker

__________





tiny_mce_marker

_________
2005 C17 Interior Cleaning (Minor) (Flightline) (Unscheduled) (WS-5). PWS 2.4.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


20 Each




tiny_mce_marker

_________




tiny_mce_marker

_________
2006 C17 Underfloor (Bilge) Wash (Scheduled) (Wash Rack) (WS-6). PWS 2.5.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price



5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________
2007 E-3 Wash Complete Wash (WS-7), PWS 3.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


5 Each

tiny_mce_marker

_________

tiny_mce_marker

_________

Total (Option Year 2) CLINS 2001-2007


tiny_mce_marker

___________
NON-PERSONAL SERVICES
Provide all personnel, equipment, personal protective materials, management, and other items necessary to perform contracted services specified in PWS Appendix C, for the 3rd Option period 15 Sep 2017 through 18 Sep 2016 in accordance with the PWS.

3001 C17 Complete Wash and Post Lubrication (Scheduled)(Wash Rack) (WS-1), PWS 2.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


23


Each




tiny_mce_marker

_________




tiny_mce_marker

___________
3002 C17 Out of Cycle Wash (Unscheduled) (Wash Rack) (WS-2), PWS 2.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


3


Each




tiny_mce_marker

_________




tiny_mce_marker

___________
3003 E3 Clear Water Rinse (When required) (Flightline or Wash Rack) (WS-3), PWS 3.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary. .
Firm Fixed Price


2


Each




tiny_mce_marker

_________




tiny_mce_marker

_________
3004 C17 Complete (Major) Interior Cleaning (Scheduled & Unscheduled) (Flightline or Wash Rack) (Large Airframe Hangar LAH or Dual Bay) (WS-4). PWS 2.3.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price



5



Each





tiny_mce_marker

_________





tiny_mce_marker

_________
3005 C17 Interior Cleaning (Minor) (Flightline) (Unscheduled) (WS-5). PWS 2.4.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


20


Each




tiny_mce_marker

_________




tiny_mce_marker

_________
3006 C17 Underfloor (Bilge) Wash (Scheduled) (Wash Rack) (WS-6). PWS 2.5.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


5


Each




tiny_mce_marker

_________




tiny_mce_marker

_________
3007 E-3 Wash Complete Wash (WS-7), PWS 3.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


5


Each




tiny_mce_marker

_________




tiny_mce_marker

_________

Total (Option Year 3) CLINS 3001-3007


tiny_mce_marker

___________
NON-PERSONAL SERVICES
Provide all personnel, equipment, personal protective materials, management, and other items necessary to perform contracted services specified in PWS Appendix C, for the 4th Option period 15 Sep 2018 through 14 Sep 2019 in accordance with the PWS.

4001 C17 Complete Wash and Post Lubrication (Scheduled)(Wash Rack) (WS-1), PWS 2.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


23


Each




tiny_mce_marker

_________




tiny_mce_marker

___________
4002 C17 Out of Cycle Wash (Unscheduled) (Wash Rack) (WS-2), PWS 2.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price
3
Each


tiny_mce_marker

_________


tiny_mce_marker

___________
4003 E3 Clear Water Rinse (When required) (Flightline or Wash Rack) (WS-3), PWS 3.2.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary. .
Firm Fixed Price


2


Each




tiny_mce_marker

_________




tiny_mce_marker

___________
4004 C17 Complete (Major) Interior Cleaning (Scheduled & Unscheduled) (Flightline or Wash Rack) (Large Airframe Hangar LAH or Dual Bay) (WS-4). PWS 2.3.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price



5



Each





tiny_mce_marker

_________





tiny_mce_marker

___________
4005 C17 Interior Cleaning (Minor) (Flightline) (Unscheduled) (WS-5). PWS 2.4.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


20


Each




tiny_mce_marker

_________




tiny_mce_marker

___________
4006 C17 Underfloor (Bilge) Wash (Scheduled) (Wash Rack) (WS-6). PWS 2.5.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


5


Each




tiny_mce_marker

_________




tiny_mce_marker

___________
4007 E-3 Wash Complete Wash (WS-7), PWS 3.1.; Appendix C, AIRCRAFT WASH WORKLOAD ESTIMATE.
***The number and frequency of aircraft washes listed by month may vary.
Firm Fixed Price


5


Each




tiny_mce_marker

_________




tiny_mce_marker

___________

Total (Option Year 4) CLINS 4001-4007


tiny_mce_marker

___________

GRAND TOTAL BASE PERIOD AND ALL OPTION PERIODS -- CLINS 0001-4007


tiny_mce_marker

_________________



ADDITIONAL REQUIREMENTS: When bidding on this requirement please include the information below and do a price breakdown for each of the above mentioned CLINs:


Cage Code:
DUNS No:
Tax Identification Number (TIN):
Prompt Payment Terms:


The following provisions apply to this acquisition and may be accessed via the internet at http://farsite.hill.af.mil:
Provision at FAR 52.212-1, Instructions to Offerors - Commercial (Apr 2014), applies to this acquisition along with the following addendum:
Addendum to 52.212-1(b), Submission of offers: THE DEADLINE FOR RECEIPT OF QUOTES IS 14 Aug 2014, 3:00 PM, Alaska Local Time.


Addendum to 52.212-1(b)(10) Past Performance Questionnaire: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this combined synopsis/solicitation. The government will use information submitted by the offeror and other sources of information available to the Government to assess past performance.

1) Provide a list of no more than five (5), of the most relevant contracts (similar scope and magnitude) performed for Federal agencies and commercial customers within the last three (3) years from the date of issuance of this synopsis/solicitation.


2) Send a copy of the past performance questionnaire (Attachment 3) to each of these agencies and customers with instructions to complete the questionnaire and send it to the address as directed on the questionnaire, to arrive not later than the closing date/time of the combined synopsis/solicitation.


3) The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract listed:


(i) Company/Division name
(ii) Product/Service
(iii) Contracting Agency/Customer
(iv) Contract Number
(v) "Total" Contract Dollar Value
(vi) Annual Contract Value
(vii) Period of Performance
(viii) Verified, up-to-date name, address, FAX & telephone number of the contracting officer
(ix) Comments regarding compliance with contract terms and conditions
(x) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions.
(xi) Explain in sufficient detail which aspects of each contract are deemed relevant to the proposed effort.
(xii) Indicate if the offeror was the prime contractor or a subcontractor and provide the name of the prime contractor if the offeror was a subcontractor. Indicate the percentage of the project actually performed by the offeror and the type of work that was performed. If the offeror performed as part of a teaming arrangement or joint venture, indicate the names of all team members and the work performed by each. If necessary, the offeror may include additional comments to clarify the relevancy of the project.


Submission may be made via email to the Contracting Specialist, Mr. James Cohen, james.cohen.1@us.af.mil and the Contracting Officer, Mr. Gerald Crocker gerald.crocker@us.af.mil . Quotations must reference the synopsis/solicitation number FA5000-14-T-0006, Large Airframe Corrosion Prevention (E-3 & C-17 Aircraft Cleaning and Post Lubrication) Services.

System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. Instructions to register your entity to be eligible for contracts in SAM are located at www.SAM.gov. If your entity was previously registered in the Central Contractor Registration (CCR), your company's information is already in SAM.


Addendum to 52.212-1(c), Period for Acceptance of Quotes. The paragraph is tailored as follows: "The contractor agrees to hold the prices in its quotation firm for 60 calendar days from the date specified for receipt of quotes."
Addendum to 52.212-1(f), Late submission, modifications, revisions, and withdrawal of offers. The paragraph is tailored as follows: "Quotes received after the deadline for Receipt of Quotes may not be accepted by the government however, the government reserves the right to accept "late" quotes if the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition and would be in the best interest of the government."
Addendum to 52.212-1(g), Contract Award. "The government intends to evaluate offers and award a contract without discussions with the Offeror. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and past performance standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary and in the best interest of the government"
Provision at FAR 52.212-2, Evaluation-Commercial Item (Jan 1999), applies to this acquisition along with the following addendum:
Addendum to 52.212-2(a), Evaluation - Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and past performance considered. The following factors shall be used to evaluate offers: Price and Past Performance
Price Evaluation. An offeror's proposed prices (including options) will be determined by multiplying the quantities identified in Price Schedule by the proposed unit price for each Item Number to confirm the extended amount for each item.


The price equivalent to the six (6) months Extension of Services authorized by FAR 52.217-8 will be
evaluated and factored as part of the Total Evaluated Price (TEP) for award. The Government will calculate proposed prices for a quantity equivalent to six (6) months by prorating prices offered for Item Numbers 0001-0007 and all corresponding option Item Numbers under FAR 52.217-9, using the following formula:


Base Period Total Amount = (CLIN Extended Amount) x .50
Option Year 1 (CLIN Extended Amount) x .50
Option Year 2 (CLIN Extended Amount) x .50
Option Year 3 (CLIN Extended Amount) x .50
Option Year 4 (CLIN Extended Amount) x .50


Note: * 0.5 is the multiplicative factor used to derive the 6 months quantity value.


Past Performance Evaluation. An offeror's Past Performance shall be graded on an "acceptable or unacceptable" basis on present/past performance effort involving similar scope and magnitude of the effort and complexities this synopsis/solicitation requires. Past Performance shall be evaluated using Contracting Officers knowledge of the requirement, available government and commercial databases such as; SAM, Federal Awardee Performance and Integrity Information System (FAPIIS), Past Performance Information Retrieval System (PPIRS), information submitted by the offeror and past performance questionnaire responses.
The following table details what will be deemed an "acceptable" or "unacceptable" rating:
PAST PERFORMANCE ASSESSMENT TABLE
Rating Description
ACCEPTABLE Based on the offeror's past performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.
UNACCEPTABLE Based on the offeror's past performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.
All responsible sources may submit a quotation, which will be considered by the Government. Award will be made to the responsible offeror with the lowest price and acceptable past performance whose quotation conforms to the solicitation and meets the Government's requirement. Offeror must complete the provision at FAR 52.212-3 and Alternate I, Offeror Representation and Certifications-Commercial Items (May 2014). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . Vendors must ensure they are registered for the appropriate set-aside category in relation to the NAICS for this procurement. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of the provision. The provision at 52.212-3 is listed in full text at the end of this solicitation for your convenience. Complete the applicable sections in accordance with the instructions above. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil.
The following FAR, DFARS, and AFFARS provisions are incorporated by reference apply:
52.204-7, System for Award Management (JUL 2013)
52.237-1, SITE VISIT (APR 1984)
252.204-7011, Alternative Line Item Structure (SEP 2011)
252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009)
252.225-7031, Secondary Arab Boycott of Israel (JUN 2005)
252.247-7022, Representation of Extent of Transportation of Supplies by Sea (AUG 1992)


The following FAR and DFARS clauses are incorporated by reference apply:
52.204-13, System for Award Management Maintenance (JUL 2013)
52.212-4, Contract Terms and Conditions Commercial Items (MAY 2014)
52.223-2, Affirmative Procurement of Bio based Products under Service and Construction Contracts (SEP 2013)
252.201-7000, Contracting Officer's Representative (DEC 1991)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011)
252.204-7012, Safeguarding of unclassified controlled technical information (NOV 2013)
252.211-7003, Item Unique Identification and Valuation (DEC 2013)
252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7001, Buy American and Balance of Payments Program Certificate (DEC 2012)
252.225-7012, Preference for Certain Domestic Commodities (FEB 2013)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
252.232-7004, DoD Progress Payment Rates (OCT 2001)
252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013)
252.232-7010, Levies on Contract Payments (DEC 2006)
252.243-7002, Requests for Equitable Adjustment (DEC 2012)
252.244-7000, Subcontracts for Commercial Items (JUN 2013)
252.246-7003, Notification of Potential Safety Issues (JUN 2013)
252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military (OCT 2010)
252.247-7023, Transportation of Supplies by Sea (JUN 2013)
5352.242-9000, Contractor Access to Air Force Installations (NOV 2012)
The following FAR and DFARS clauses are incorporated in full text apply:
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
As prescribed in 12.301(b)(4), insert the following clause:
Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2014)
(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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
X (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
(6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).
(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
X (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).
___ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
___ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
___ (13) [Reserved]
X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
X (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)).
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Oct 2001) of 52.219-9.
___ (iii) Alternate II (Oct 2001) of 52.219-9.
___ (iv) Alternate III (July 2010) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
(19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
___ (21) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).
___ (ii) Alternate I (June 2003) of 52.219-23.
___ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
___ (23) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
___ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
X (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
___ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).
___ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).
X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
___ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).
X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
X (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
X (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).
X (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
(36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 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.)
___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
X (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
___ (39) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).
___ (ii) Alternate I (Dec 2007) of 52.223-16.
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).
___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
___ (ii) Alternate I (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
___ (45) 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. 2303 Note).
___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
X (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
X (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
23060- Aircraft Servicer $24.23
X (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).
___ (4) 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).
___ (5) 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).
___ (6) 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).
X (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).
___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (May 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) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 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.
(viii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 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.)
(xi) 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)
(xii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiii) 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).
(xiv) 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.
(xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)***


The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor not later than 15 days prior to contract expiration.


FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)


(a) The Government may extend the term of this contract by written notice to the Contractor not later than 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend not later than 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 66 months.


52.222-99, Establishing a Minimum Wage for Contractors. (DEVIATION)


ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION 2014-O0017) (JUNE 2014)


This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February 12, 2014, and OMB Policy Memorandum M-14-09, dated June 12, 2014.
(a) Each service employee, laborer, or mechanic employed in the United States (the 50 States and the District of Columbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of any contractual relationship which may be alleged to exist between the Contractor and service employee, laborer, or mechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658. The minimum wage required to be paid to each service employee, laborer, or mechanic performing work on this contract between January 1, 2015, and December 31, 2015, shall be $10.10 per hour.
(b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor's annual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in a higher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of Executive Order 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Order beginning January 1 of the following year. The Secretary of Labor will publish annual determinations in the Federal Register no later than 90 days before such new wage is to take effect. The Secretary will also publish the applicable minimum wage on www.wdol.gov (or any successor website). The applicable published minimum wage is incorporated by reference into this contract.
(c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increase in labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wage beginning on January 1, 2016. The Contracting Officer shall consider documentation as to the specific costs and workers impacted in determining the amount of the adjustment.
(d) The Contracting Officer will not adjust the contract price under this clause for any costs other than those identified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result in duplicate price adjustments with the respective clause of this contract implementing the Service Contract Labor Standards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction) statute (formerly known as the Davis Bacon Act).
(e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts.


DFARS 252.222-7000 Restrictions on the Employment of Personnel (Mar 2000)
(a) The Contractor shall employ, for the purpose of performing that portion of the contract work in Alaska, individuals who are residents thereof and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract.
(b) The Contractor shall insert the substance of this clause, including this paragraph (b), in each subcontract awarded under this contract.
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions.
See DoD Class Deviation 2013-O0005, Wide Area WorkFlow Payment Instructions, issued on January 22, 2013. This deviation authorizes contractors performing work under contracts administered by ONR Regional Offices to use PayWeb, while it is being phased out, as an alternate method of sending submissions to Wide Area Workflow in addition to the more commonly used methods listed in DFARS 252.232-7006. This deviation remains in effect until September 30, 2014.
As prescribed in 232.7004(b), use the following clause:
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).
Two (2) in One (1)
Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Joint Base Elmendorf Richardson (JBER), Anchorage, Alaska/ F1W2XS
(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*
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F67100
Issue By DoDAAC FA5000
Admin DoDAAC FA5000
Inspect By DoDAAC F1W2XS
Ship To Code F1W2XS
Ship From Code NA
Mark For Code NA
Service Approver (DoDAAC) F1W2XS
Service Acceptor (DoDAAC) F1W2XS
Accept at Other DoDAAC NA
LPO DoDAAC NA
DCAA Auditor DoDAAC NA
Other DoDAAC(s) NA
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and sub line 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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
673CONS.WAWF@elmendorf.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.
Points of contacts will be added after award
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)
(a) Contract line item(s) 0001 through 0007 are incrementally funded. For these item(s), the sum of $ TBD of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.
(b) For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs for those item(s).
(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT".
(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.
(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "disputes."
(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.
(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "DEFAULT." The provisions of this clause are limited to work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or (e) of this clause.
(h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract entitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT."
(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.
(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:
On execution of contract $ TBD
(month) (day), (year) $ TBD
(month) (day), (year) $ TBD
(End of clause)


AFFARS 5352.201-9101, OMBUDSMAN (APR 2014)
(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, SMSgt Gene L. Eastman, 1-808-449-8569, gene.eastman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
Attachments:
Attachment 1, Performance Work Statement (PWS), dated 14 Jul 2014
Attachment 2, Wage Determination No. 2005-2017, Rev. No. 17 dated 06/19/2013
Attachment 3, Bid Schedule
Attachment 4, Past and Present Performance Questionnaire (PPQ)
FAR 52.212-3 and alternate I- Offeror Representations and Certifications -- Commercial Items (May 2014)
An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(a) Definitions. As used in this provision--
"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
"Forced or indentured child labor" means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.
"Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874.
"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
"Restricted business opera

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP