The RFP Database
New business relationships start here

Unify Maintenace


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

 
REQUEST FOR QUOTE (RFQ) - FA527019QB060

UNIFY Maintenance - Kadena AB, Japan


 


SUBMIT SUBMITTALS TO:


 


Contract Specialist: SSgt Jose Medel


TEL: 634-7506 (DSN)/098-938-1111, ext. 634-7506 (Commercial)


E-mail: jose.medel@us.af.mil


Contracting Officer: TSgt Justin Haynes


Tel No.: 634-5019 (DSN)/098-938-1111, ext. 634-5019 (Commercial)


E-mail: justin.haynes.2@us.af.mil


 


QUOTATION MUST BE RECEIVED NLT: 17 Sep 2019, 10:00 AM (JAPAN TIME)


 


The following RFQ is for procurement of UNIFY Maintenance.  Please review this entire document and any attachments in full.


 

There is no set aside for this RFQ and the associated NAICS code is 811213.


 

This procurement is being solicited under the Federal Acquisition Regulations FAR Part 12, Commercial Items and FAR Part 13 Simplified Acquisition Procedures.

 

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, DFARS DPN 20190628 and Air Force Acquisition Circular 2018-0525.

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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


 





Offeror Name:




                                                                                   


 





Address:




                                                                                   


 


                                                                                   


 





Point of Contact:




                                                                                   


 





Phone Number:




                                                                                   


 





E-mail Address:




                                                                                   


 





Tax Identification Number (TIN):




                                                                                   


 





DUNS:




                                                                                   


 





CAGE Code:




__________________________________________





Circle one: 




Offeror  is  /  is not SAM registered at https://www.sam.gov/SAM/.*





GSA Contract Number

(If Applicable)




                                                                                   


 





 

*NOTE* - Offeror(s) are required to complete and submit FAR 52.212-3 -- Representations and Certifications through the System for Award Management (SAM) database.  Failure to be registered at time of award may render the vendor ineligible for award.


 


The proposed contract action is anticipated to be issued as a firm-fixed price contract.


 


 


 


 


 





Item



Description



QTY



Unit



Unit Price



Extended Amount





 



 



 



 



 




 





0001


Base Year




Unify Maintenance Support


FFP


PoP: 20 Sep 2019 -


         19 Sep 2020



12



MO



____________



______________





 



 

All services shall be provided in accordance with the Performance work statement (PWS), dated 26 June 2019.



 





 



 





 



 





 



 



 



 



 



 





 



 



 



 



 



 





 



 



 



 



NET AMT



______________





 



 



 



 



 



 





 



 



 



 



 



 





1001


Option




Unify Maintenance Support


FFP


PoP: 20 Sep 2020 -


         19 Sep 2021

 



12



MO



____________



______________





 



All services shall be provided in accordance with the Performance work statement (PWS), dated 26 June 2019.



 





 



 



 



 



 



 





 



 



 



 



 



 





 



 



 



 



NET AMT



_____________






 



 


 


 



 



 



 



 





2001


Option




Unify Maintenance Support


FFP


PoP: 20 Sep 2021 -


         19 Sep 2022

 



12



MO



____________



______________





 



All services shall be provided in accordance with the Performance work statement (PWS), dated 26 June 2019.



 





 



 



 



 



 



 





 



 



 



 



 



 





 



 



 



 



NET AMT



_____________






 


 


 






3001


Option




Unify Maintenance Support


FFP


PoP: 20 Sep 2022 -


         19 Sep 2023


 




12




MO




____________




______________






 




All services shall be provided in accordance with the Performance work statement (PWS), dated 26 June 2019.




 






 




 




 




 




 




 






 




 




 




 




 




 






 




 




 




 




NET AMT




_____________





 

 


Shipping Information:  All door-to-door shipment information/addresses will be supplied on award.  For quoting purposes, the vendor shall quote based on shipment to Kadena AB, Japan (APO AP, 96368).


 


 


This RFQ form shall be completed and submitted in addition to any other quote form utilized by the Offeror. 

 

 

Offer is valid for ______ days after the date of signature.

 

 

                                                                                                Date:                           

Contractor Authorized Representative

Attachments:

•1.       Statement of Work (SOW) (15 Pages)


 


 


CLAUSES INCORPORATED BY REFERENCE

 

52.212-1          Instructions to Offerors--Commercial Items

52.212-3         Offeror Representations and Certifications -- Commercial Items.

52.212-4          Contract Terms and Conditions--Commercial Items

52.225-14        Inconsistency Between English Version and Translation of Contract

52.228-3          Workers' Compensation Insurance (Defense Base Act)

52.228-4          Workers' Compensation and War-Hazard Insurance Overseas

52.232-18        Availability of Funds


52.232-39        Unenforceability of Unauthorized Obligations

252.201-7000 Contracting Officer's Representative

252.203-7000  Requirements Relating to compensation of Former DoD Officials

252.203-7002  Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7011 Alternative Line Item Structure


252.204-7012 Safeguarding of Unclassified Controlled Technical Information 


252.204-7015  Notice of Authorized Disclosure of Information to Litigation Support                   


252.222-7002 Compliance with Local Labor Laws (Overseas)


252.222-7007 Representation Regarding Combating Trafficking in Persons


252.225-7041 Correspondence in English

252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

252.232-7003 Electronic Submission of Payment Requests and Receiving


252.232-7008 Assignment of Claims (Overseas)


252.232-7010 Levies on Contract Payments


252.233-7001 Choice of Law (Overseas)     


252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel


252.243-7002 Requests for Equitable Adjustment


252.244-7000 Subcontracts for Commercial Items

 

 

QUOTATION PREPARATION INSTRUCTIONS

 

A. To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. This section specifies the format and content that offerors shall use in this Request for Quote (RFQ).  The intent is not to restrict the offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. Offerors are required to meet all solicitation requirements, including terms and conditions and technical requirements, in addition to those identified as evaluation factors or subfactors.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.  The response shall consist of two (2) separate parts; Part I - Price Quotation, Part II - Technical Proposal.

 

B.  Specific Instructions: 

 

PART I - Price Quotation: The offeror shall submit a price for each individual Contract Line Item Number (CLIN) and provide a net amount and and duly complete on this solicitation. The extended amount must equal the whole dollar unit price multiplied by the number of units.   Incomplete pricing may result in a quotation being no longer considered for award.


 

PART II - Technical Proposal: The offeror shall submit any required documentation proving they are a authorized reseller of UNIFY.

 

GENERAL INFORMATION

 

1. CORRESPONDENCE (questions, submittals, etc.).  Formal communications/inquiries, such as requests for clarifications and/or information concerning the solicitation MUST be submitted in writing.  When addressing questions concerning any aspect of the solicitation, please fill out the page number, section, and paragraph number on the Question Form (Attachment 3).   The Contract Specialist shall receive the questions by email no later than date and time as specified on this solicitation.  The Contract Specialist will answer questions that may affect offers in an amendment to the solicitation.  The Contract Specialist will not disclose the source of the questions. 

 

2.  QUOTATION SUBMISSIONS.  Offerors shall submit electronic copies of quotations via email, no later than the date and time specified in the solicitation.  Submit written offers only, oral offers will not be accepted.  Files are not to exceed 3 MB.  For larger files, use AMRDEC SAFE site to send submittals.  By submitting an electronic copy, offers assume all risk of quotation not getting through security measures and firewalls.  Offerors are required to request verification of receipt.  Only files created using Microsoft WORD, Microsoft EXCEL, and/or Adobe.pdf files will be accepted. No zip files will be accepted.

Submit Questions and Submittals to:  Contract Specialist, 18 CONS/PKB

 

Primary: SSgt Jose A. Medel

E-mail: jose.medel@us.af.mil

 

Alternate : TSgt Adam Steward

E-mail : adam.steward@us.af.mil

 

AMRDEC SAFE URL address: https://safe.amrdec.army.mil/safe/ ;

 

(End of provision)

 

 

52.212-2 -- Evaluation -- Commercial Items (Oct 2014)

 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:

 

1) Price

2) Technical


 


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


 


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 


Addendum to FAR 52.212-2, Evaluation - Commercial Items

 

(d) BASIS FOR CONTRACT AWARD.  This is a competitive Lowest Price Technically Acceptable (LPTA) source selection conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13, Simplified Acquisition Procedures, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS).  By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors - Commercial Items, the offeror accedes to the terms of this model contract.  Failure to meet a requirement may result in an offer being determined unacceptable.  The Government intends to award to the lowest priced, technically acceptable offeror with an acceptable past performance rating; the Government reserves the right to hold discussions at any point during the evaluation. The evaluation process will include the following:

 

(1) Price Evaluation Factor.   The government will rank all offers by TEP, including all option prices. 

 

Total Evaluated Price: A TEP will be computed for each offer in order to meet the requirements of FAR Parts 6 and 17.  The price of a six-month extension authorized by 52.217-8, Option to Extend Services, will be added to the proposed price for each potential contract performance period.

 

The TEP is a two-part computation. First, the offeror's total proposed price will be determined by multiplying the quantities identified in Section B by the unit price, limited to two decimal places, for each Contract Line Item Number (CLIN) to confirm the extended total amount for each CLIN; the sum of all extended amounts will be the offeror's total proposed price. Second, the total proposed price (total amount for CLINs XXXX - XXXX) plus the sum of Option to Extend Services clause 52.217-8 formula (shown below) will constitute the TEP.

 

The formula for the Option to Extend Services amount is as follows:

 

Base Year = CLIN Extended Amount x 0.5*

Option Year 1 = CLIN Extended Amount x 0.5*

Option Year 2 = CLIN Extended Amount x 0.5*

Option Year 3 = CLIN Extended Amount x 0.5*

 

Evaluating the Option CLINs does not obligate the government to exercise the Options.

 

(2) Technical Acceptability Factor

Offerors will be evaluated in accordance with the Addendum to FAR 52.212-1, Instructions to Offerors - Commercial.  Technical acceptability is based on successfully meeting this requirement.  Each outlined subfactor will be rated "Acceptable" or "Unacceptable" as follows:

 





Table 1. Technical Ratings





Rating



Description





Acceptable



Quotation clearly meets requirements stated in PWS dated 26 June 2019.





Unacceptable



Quotation does not clearly meet the requirements stated in PWS dated 26 June 2019.





 

 

(End of Provision and Addendum)


 


52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2018)


 


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


 

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

 

(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).


 


(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).


 


(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).


 


(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)


 

X (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 (Oct 2015) (41 U.S.C. 3509).


 


____  (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)


 

X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

 


___  (5) [Reserved]


 

___  (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
  
___  (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

 

X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

 
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).

 


____ (10) [Reserved]


 

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

 

____  (ii) Alternate I (NOV 2011) of 52.219-3.


 

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

   

____ (ii) Alternate I (JAN 2011) of 52.219-4.


 


____ (13) [Reserved]


 


____ (14)(i)  52.219-6, Notice of Total Small Business Set-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.


 

____ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).


 

____ (17)(i)  52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)).

 


____ (ii) Alternate I (Nov 2016) of 52.219-9.


 


____ (iii) Alternate II (Nov 2016) of 52.219-9.


 


____ (iv) Alternate III (Nov 2016) of 52.219-9.


 


____ (v) Alternate IV (Nov 2016) 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 (JAN 2017) (15 U.S.C. 637(a)(14)).


 


____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).


 


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


 


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


 

____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

   

____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

 


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


 

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

 

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

 

X (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).


 

____ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


 

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


 

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

 


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


 

X (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).

 

____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).


 

____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

 

____ (35)(i)  52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)


 


____ (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.)


 

____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).

 

____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).

 
____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).
 
____  (ii) Alternate I (OCT 2015) of 52.223-13.

 

____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).
 
____   (ii) Alternate I (Jun 2014) of 52.223-14.

 


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


 

____ (41)(i)  52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).


 


____ (ii) Alternate I (Jun 2014) of 52.223-16.


 


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


 

____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).

 

____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).

 

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

 

____ (ii) Alternate I (JAN 2017) of 52.224-3.

 

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


 

____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.

103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

 
____ (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.
 
____ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501,  et seq., 19 U.S.C. 3301 note).
 


X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).


 

____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


 


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


 


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


 


____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).


 


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


 


X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).


 


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


 

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


 


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


 


____  (59)  52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).


 


____ (60)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).


 


____ (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.)


 

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


 

_____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).


 

_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


 

_____ (4) 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).


 

_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).


 

_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).


 

_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).


 

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


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

 

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


 


_____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 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 (Oct 2015) (41 U.S.C. 3509).


 

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
 

(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

 

(iv) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.


 


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


 


(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).


 

(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

 

(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(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) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).

 

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and 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.)


(xvii) 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)

(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

 
(xv)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
   

(xvi) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).


(B) Alternate I (JAN 2017) of 52.224-3.


(xvii)  52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xix) 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.


(xx) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

 


(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.


 

(End of clause)


 

52.217-8 -- Option to Extend Services  (Nov 1999)

 

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

 

(End of Clause)

 

52.217-9 -- Option to Extend the Term of the Contract  (Mar 2000)

 

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months.

 

(End of Clause)

 

 

252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States.

 

CONTRACTORS OUTSIDE THE UNITED STATES (JUN 2015)

(a) Definition. "United States," as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.

(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall

(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality;

(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and

(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.

(c) The requirements of this clause do not apply to any subcontractor that is

(1) A foreign government;

(2) A representative of a foreign government; or

(3) A foreign corporation wholly owned by a foreign government.

(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from PGI 225.372-1.

(End of clause)

 

 


252.232-7006 Wide Area WorkFlow Payment Instructions

 

•(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).

 

(ii) For fixed price line items-

•(A)  That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

•(B)    For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer


 


 

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


 


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: F68800

Issue By DoDAAC: FA5270

Admin DoDAAC: FA5270

Inspect By DoDAAC: F2H4A1


 

•(4)   Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable

 

•(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.


 


jose.medel@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.


 


   18 CONS.WAWF@us.af.mil


 

•(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, concerned parties may contact the Center/MAJCOM


ombudsmen


Air Force Installation Contracting Agency (AFICA)/KP Director


1940 Allbrook Drive, Building 1


Wright-Patterson AFB OH 45433


Phone: (937)257-5529


Fax: (937)656-0919


Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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)

 

5352.223-9001 Health and Safety on Government Installations (Nov 2012)

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

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

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

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

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

(End of clause)

 

5352.242-9000 Contractor Access to Air Force Installations

 

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle and insurance certificate to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

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

(End of clause)

5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (Nov 2012)

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

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

(i) the unclassified environment; or

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

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

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

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

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

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

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

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

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

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

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

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

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

(End of clause)

 

LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

ATTCH NO. DESCRIPTION

Attachment 1 - Performance Work Statement (PWS) dated 26 Jun 2019

 


 


 


Jose Angel Medel, Contract Specialist , Phone 6347506, Email jose.medel@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP