The RFP Database
New business relationships start here

Vertical Bed Storage Solution


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

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; proposals are being requested and a written solicitation will not be issued


Request for Quotations (RFQ) #: FA486118QB003


A Firm Fixed Price type contract will be awarded.


The combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 Effective 19 January 2017.


This RFQ is being issued as a 100% Small Business Set-Aside under
NAICS: 339113 - Surgical Appliance and Supplies Manufacturing


CLIN 0001: 3-High Vertical Bed Storage Lifts with electronic/pneumatic operator controls to raise and lower the beds that are in storage (no manual operators). To include freight, receiving, and installation in accordance with specifications below QTY: 7 EACH


CLIN 0002: All labor, tools, parts, and materials necessary to furnish and install a glass door partition to completely enclose all seven bed lifts in accordance with specifications below. QTY: 1 LOT


Requirements Specifications
For
Vertical Bed Storage Solution


1. SCOPE OF WORK: Provide the tools, labor, equipment, and management necessary to provide and install a 21 bed vertical storage solution for the 99 MDG to include a glass door partition. An enclosed vertical bed storage solution is needed to decrease the bed foot print and improve infection control.

2. REQUIREMENT SPECIFICATIONS AND TASKS:


2.1 Vertical Bed Storage


2.1.1 The contractor shall provide a quantity of seven (7) 3-High Vertical Bed Lifts with electronic/pneumatic operator controls to raise and lower the beds that are in storage (no manual operators). The dimensions of the bed lifts shall be 8'H x 4'6"W x 10'D. Electrical 110V 1PH 15 AMP or 220V 1PH 10 AMP. The bed lifts shall accommodate beds up to 26"H x 44.5"W and 600 lbs.


2.1.2 Each bed lift shall include a ramp and a stretcher adapter.


2.1.3 The contractor shall provide all freight and labor to ship, receive, and install seven (7) bed lifts.


2.2 Glass Door Partition


2.2.1 The contractor shall provide all tools, labor, parts, and materials necessary to furnish and install a glass door partition that completely encloses all seven (7) bed lifts.


2.2.2 The door partition will span a length of 31'5" and will provide access to all bed lifts without impeding corridors or pathways. There is an 8" clearance from the ends of the bed lifts to the beginning of the pathway, a 10' ceiling height, and a minimum sprinkler clearance of 18".


2.2.3 The door partition shall be made of clear tempered safety glass, framed with aluminum siding, fixed to the wall and ceiling structure of the building.


2.2.4 The door partition shall be Americans with Disabilities Act (ADA) compliant.


2.2.4 The bed lift manufacturer must certify that the offeror's proposed glass door partition will work effectively with the bed lift system, will not interfere with the operation of the bed lifts, and will not void any manufacturer warranties.


2.2.5 The contractor is responsible for unloading all materials and disposal of any excess materials.

3. SAFETY: In conjunction with the ICRA/ILSMs the Safety Officer and Infection Control Officer will do daily site walks to identify any discrepancies. All noted discrepancies will need to be corrected on the spot unless otherwise directed by the IC and SO.
4. SECURITY: The contractor must comply with all Nellis AFB/DoD security requirements and guidelines. Contactor will fill out and submit an installation pass request on all personnel required to be on the job site 10 business days prior to start of work. All personnel seeking passes will need to be in compliance with the Real ID act and go through a background check. Any personnel who fails the background check will not be allowed on site and it is up to the contractor to find a suitable replacement.
5. DELIVERY/HOURS OF OPERATION: All equipment shall be delivered and installed completely within 90 days after contract award. To minimize interruptions to patient care all delivery and installation efforts have to be scheduled to work around PACU operating hours. Installation activities may have to occur before or after normal business hours (0700 - 1630) Monday - Friday.
6. ENVIRONMENTAL COMPLIANCE: The contractor shall be responsible for the removal and disposal of any hazardous waste products generated by the contractor. The government shall prepare all disposal manifests for hazardous wastes or chemicals. The chemical manufacturer's Safety Data Sheets


Delivery Date: 90 days after contract award.


Performance Location: Nellis AFB, Nevada 89191


All questions shall be submitted to TSgt Cortney Young, cortney.young@us.af.mil, no later than 20 Oct 17 at 12:00PM PST.


All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to TSgt Cortney Young, cortney.young@us.af.mil no later than 08 Nov 10, 3:00 pm PST.


 



ADDENDA TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017)
1. Submission of offers. Submit signed and dated offers electronically to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers must include


A. Completed Pricing Worksheet
B. Technical Proposal


Specific Instructions:


2. COMPLETED PRICING WORKSHEET
Submit pricing for all components of this requirement. The quote should include pricing for the vertical bed lifts (seven each) to include shipping, receiving and installation as well as the cost of all materials and labor to furnish and install a glass door partition to enclose the bed lifts.


3. TECHNICAL PROPOSAL
The technical proposal shall include the following elements:


a. A product brochure for the bed lifts the offeror is proposing that demonstrates they conform to the requirement specifications.
b. A design concept that demonstrates the integration of both the doors and the vertical beds into a single storage solution that meets the requirements specifications.
c. A letter from the bed lift manufacturer that certifies the offeror's proposed glass door partition will work effectively with the bed lift system, will not interfere with the operation of the bed lift, and will not void any manufacturer's warranties.


ADDENDA TO FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS


1. Award will be made to the offeror whose quote represents the lowest price technically acceptable based on the evaluation criteria. The following factors shall be used to evaluate offers:


Price and Technical


2. The Government will organize the proposals based on the lowest price and will evaluate the technical approach of the lowest priced offeror first. If the lowest priced offeror is technically acceptable, that offer represents the best value for the Government and the evaluation process ceases at this point. Award shall be made to that offeror without further consideration to any other offers.


3. The Government intends to make award based on the initial proposal submissions without conducting discussions. Therefore, each offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to hold discussions if, during the evaluation, it is determined to be in the best interest of the Government.


4. EVALUATION FACTORS


A. Price: Price quotes should support the proposed technical approach and will be evaluated for completeness, reasonableness, and accuracy. Failure to provide complete pricing as required by the pricing worksheet may cause the Government to determine that the offer is nonresponsive.


B. Technical: In order to determine technical acceptability the Government will evaluate the offeror's technical approach. The following items will be evaluated on an acceptable or unacceptable basis:


i. The offeror provided a product brochure for the proposed bed lifts that demonstrates the lifts conform to the requirement specifications in this RFQ.

ii. The offeror provided a design concept that demonstrates the integration of both the doors and the vertical beds into a single storage solution that meets the requirements specifications in this RFQ.

iii. The offeror provided a letter from the bed lift manufacturer that certifies the offeror's proposed glass door partition will work effectively with the bed lift system, will not interfere with the operation of the bed lift, and will not void any manufacturer's warranties.


TABLE A - Technical Ratings
Rating Description
Acceptable The offeror's quote demonstrates a clear understanding of the requirement and conforms to the requirements of this RFQ and all three technical sub-factors to include submission of a product brochure, design concept, and letter from bed lift manufacturer.
Unacceptable The offeror's quote does not demonstrate a clear understanding of the requirement or fails to meet all three technical sub-factors to include submission of a product brochure, design concept, and letter from bed lift manufacturer in compliance with the requirement of this RFQ.



52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017) ALTERNATE I (OCT 2014)


The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.


The following additional provisions or clauses are specific to this particular requirement:



52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011
52.204-7 System for Award Management OCT 2016
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017
52.219-6 Notice Of Total Small Business Set-Aside NOV 2011
52.219-14 Limitations On Subcontracting JAN 2017
52.219-28 Post-Award Small Business Program Representation JUL 2013
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies OCT 2016
52.222-21 Prohibition Of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-35 Equal Opportunity for Veterans OCT 2015
52.222-37 Employment Reports on Veterans FEB 2016
52.222-50 Combating Trafficking in Persons MAR 2015
52.222-54 Employment Eligibility Verification OCT 2015
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.224-1 Privacy Act Notification APR 1984
52.224-2 Privacy Act APR 1984
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.228-5 Insurance - Work On A Government Installation JAN 1997
52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-1 Disputes MAY 2014
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7011 Alternative Line Item Structure SEP 2011
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015
252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013


CLAUSES INCORPORATED BY FULL TEXT


52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(ix) 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.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xi) ___ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xii) 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.)
(xiii) 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).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xviii) 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).
(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)
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)


(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.

(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for
noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.


(End of clause)


52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):


www.farsite.hill.af.mil


(End of provision)


52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):


www.farsite.hill.af.mil


(End of clause)


 


52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)


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


(b) The use in this solicitation of any FAR (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of provision)


52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)


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


(b) The use in this solicitation or contract of any FAR (48 CFR 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of clause)


252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)


(a) Definitions. As used in this clause-


Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.


Concatenated unique item identifier means--


(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or


(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number.


Data Matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200
(ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022.


Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.


DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.


DoD item unique identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.


Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.


Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency.


Government's unit acquisition cost means--


(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;


(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and


(3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery.


Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459.


Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier.


Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.


Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions.


Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.


Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface.


Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent.


Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.


Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.


Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier.


Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier.


Type designation means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto.


Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.


Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.


(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.


(c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following:


(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items:


------------------------------------------------------------------------
Contract line, subline, or exhibit
line item No. Item description
------------------------------------------------------------------------
...................................
------------------------------------------------------------------------


(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table:


------------------------------------------------------------------------
Contract line, subline, or exhibit
line item No. Item description
------------------------------------------------------------------------
...................................
------------------------------------------------------------------------



(If items are identified in the Schedule, insert ``See Schedule'' in this table.)


(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ----.


(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ----.


(v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or


(iv) of this clause for which the contractor creates and marks a unique item identifier for traceability.


(2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.

(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information
technology--International symbology specification--Data matrix; ECC200 data matrix specification.

(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that--

(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:


(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.

(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers
and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.

(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and

(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology-Transfer Syntax for High Capacity Automatic Data Capture Media.

(5) Unique item identifier.

(i) The Contractor shall--

(A) Determine whether to--

(1) Serialize within the enterprise identifier;

(2) Serialize within the part, lot, or batch number; or

(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and

(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique
identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version;

(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and

(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest
version.

(ii) The issuing agency code--

(A) Shall not be placed on the item; and

(B) Shall be derived from the data qualifier for the enterprise identifier.


(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information:


(1) Unique item identifier.


(2) Unique item identifier type.


(3) Issuing agency code (if concatenated unique item identifier is used).


(4) Enterprise identifier (if concatenated unique item identifier is used).


(5) Original part number (if there is serialization within the original part number).


(6) Lot or batch number (if there is serialization within the lot or batch number).


(7) Current part number (optional and only if not the same as the original part number).


(8) Current part number effective date (optional and only if current part number is used).


(9) Serial number (if concatenated unique item identifier is used).


(10) Government's unit acquisition cost.


(11) Unit of measure.


(12) Type designation of the item as specified in the contract schedule, if any.

(13) Whether the item is an item of Special Tooling or Special Test Equipment.

(14) Whether the item is covered by a warranty.


(e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:


(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part.


(2) Unique item identifier of the embedded subassembly, component, or part.


(3) Unique item identifier type.**


(4) Issuing agency code (if concatenated unique item identifier is used).**


(5) Enterprise identifier (if concatenated unique item identifier is used).**


(6) Original part number (if there is serialization within the original part number).**


(7) Lot or batch number (if there is serialization within the lot or batch number).**


(8) Current part number (optional and only if not the same as the original part number).**


(9) Current part number effective date (optional and only if current part number is used).**


(10) Serial number (if concatenated unique item identifier is used).**


(11) Description.

** Once per item.


(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:

(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the
contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/.

(2) Embedded items shall be reported by one of the following methods--

(i) Use of the embedded items capability in WAWF;

(ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or

(iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ----, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423.

(g) Subcontracts. If the Contractor acquires by subcontract any items for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items.


(End of clause)


252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause--


Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission
of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).


Invoice Only


**Please note: ONLY 1 INVOICE WILL BE PROCESSED FOR THIS REQUIREMENT AT THE COMPLETION OF THE CONTRACT. PAYMENT WILL NOT BE MADE UNTIL ALL DELIVERY, LABOR, AND INSTALLATION OF BEDLIFTS AND DOOR PARTITIONS ARE COMPLETE.

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


FM4852

(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 F67100
Issue By DoDAAC FA4861
Admin DoDAAC FA4861
Inspect By DoDAAC FM4852
Ship To Code FM4852

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
N/A

(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.


Cortney.young@us.af.mil

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

(End of clause)


 


 


5352.201-9101 OMBUDSMAN (Mar 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 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 OMBC A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Lateef M. Hynson, USAF
Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 lateef.hynson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.


(d) The ombudsman has no authority to render a decision that binds the agency.


(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


 



5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2016)
(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, names of employees and subcontractor employees needing access to the base, as well as the specific times these employees require 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) A background check [e.g., National Crime Institute Center (NCIC)] may be conducted on each employee and vehicle prior to issuance of a pass and/or during the performance period of the contract. Adverse information or failure to consent to such check may result in such individual being prevented from entering the installation.
(1) It is contractor's responsibility to employ personnel and subcontrators that have the ability to obtain installation access. Employees/subcontractors that are denied installation access does not affect contractor's performance period.
(d) Contractors are required to ensure their employees and those of their subcontractors have the proper credentials allowing them to work in the United States (reference FAR Clause 52.222-54, Employment Eligibility Verification). Persons found to be undocumented or illegal aliens will be remanded to the proper authorities.
(e) Effective 15 Aug 2016, the United States Air Force will implement REAL ID Act requirements
IAW Public Law 109-13, 49 U.S.C., section 30301 and Code of Federal Regulations (CFR) Title 6, Part 37.


(f) After 15 August 2016 contractors seeking base access will not be granted a base pass unless they have an ID card that meets the minimum standards set forth in the regulation listed above. A State ID will no longer be accepted unless it is the new updated "Real ID". A Real ID driver's license or ID card has a gold circle with a star cutout in the upper right-hand corner.


(g) Personnel who don't possess REAL ID compliant credentials will have to provide acceptable alternative forms of ID. Some of the more common acceptable credentials are:


(h) United States Passport Personal Identification Verification (issued by the Federal Government) PIV-I cards (issued by non-Federal Government entities) U.S Certificate of Naturalization or Certificate of Citizenship (Form N-550) Veterans Identification Card Veterans Health Identification Card U.S. Permanent Resident Card (Form I-551) Foreign Government issued Passport DHS issued employment authorization document that contains a photograph
(Form I- 766)


(i) The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause.
(j) 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.
(k) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable.
(l) 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.
(m) Failure to comply with these requirements may result in withholding of final payment.


(End of clause)


 


 


 


Cortney C. Young, Phone 7026528402, Email cortney.young@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP