The RFP Database
New business relationships start here

Vindicator Badging System


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

 
19 July 2017

 


SYNOPSIS/SOLICITATION - FA4686-17-R-0031

 

Vindicator System - Beale AFB, CA


 


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplmented with additional information included in this notice. This anncoucement constitiutes the only solicitation; quotes are being requested for procurement of Vindicator Badging System. 


 


The North American Industry Classification System (NAICS) code for this procurement is 561621.  The Standard Industry Code (SIC) is 7382.  The size standard as described by the U.S. Small Business Administration for this procurement is $20.5.  Small Business determination and tax identification numbers shall be submitted with quotes.


 


This SOLICITATION shall be Full and Open.


 


Offerors must be registered in the System for Award Management (SAM) to be considered for award.  Offerors may register at www.sam.gov.  A DUNS (Duns and Bradstreet) number is required in order to register. 


 


Inquiries for this RFQ may be directed to the contract administrator via e-mail to Charidy Vessels at  Charidy.Vessels@us.af.mil and TSgt Eric Schmitt at eric.schmitt.1@us.af.mil. ;


 


All requests for information are due by Monday, 24 July 2017 at 1200 PST, to ensure proper response time.


 


You may also send quotes by e-mail to Charidy Vessels at  Charidy.Vessels@us.af.mil. ; Quotes are due by 1600 PST, 28 June 2017.


 





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 in www.sam.gov .


 





Other Classifications:




                                                                                   





 




(ex: 8(a), HubZone, woman-owned, veteran-owned, service-disabled veteran-owned)





                       





GSA Contract Number

(If Applicable)




                                                                                   


 





 

NOTE: Successful Offeror is required to complete and submit FAR 52.212-3---Representations and Certifications through the System for Award Management (SAM) database; if this information is already entered into the SAM database, please indicate so:

 

                  Reps/Certs Already in SAM                       Reps/Certs Not in SAM


 


This RFQ form shall be completed and submitted in addition to any other quote form utilized by the Offeror.  The proposed contract action is anticipated to be issued as a firm-fixed price contract; Unit pricing is all-inclusive.  Please thoroughly review the attached Statement of Need (SoN), for a full description of services required prior to providing pricing. 


 






ITEM NO


 


0001




SUPPLIES/SERVICES


 


Vindicator Badging System, Installation and Training


(see equipment/service list in the SoN at Attachment 1.  Price equipment individually).




UNIT


 


Lot




QTY


      




UNIT PRICE


 


$__________




AMOUNT


 


$__________






 




Period of Performance (PoP)


Est 90 Days ADC  


 




 




 




 




 





                                                                        Total Proposed Price $____________________________  

Proposed Period of Performance (if faster completion is anticipated):  ___________________

 

NOTE: This RFQ form shall be submitted in addition to any other quote format utilized by

individual offerors.


 

PLEASE REVIEW THE ENTIRE DOCUMENT. 


The below clauses are applicable to this solicitation and follow-on award.  FAR 52.212-2 listed below outlines the evaluation criteria as well as all required submissions for this solicitation.  The contractor is also required to respond to the fill-in clause listed below (52.212-3).


 

Offer is valid for ______ days after date of signature.

 

PLEASE REVIEW THE ENTIRE DOCUMENT. 

 

                                                                                                Date:                           

Print Name

 

                                                                                           .

Contractor Authorized Representative Signature

 


Attachment: Statement of Need (SoN)

 

 


CLAUSES INCORPORATED BY REFERENCE


 


 






52.202-1




Definitions




NOV 2013




 






52.203-3




Gratuities




APR 1984




 






52.203-5




Covenant Against Contingent Fees




MAY 2014




 






52.203-6




Restrictions On Subcontractor Sales To The Government




SEP 2006




 






52.203-7




Anti-Kickback Procedures




MAY 2014




 






52.203-11




Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions




SEP 2007




 






52.203-12




Limitation On Payments To Influence Certain Federal Transactions




OCT 2010




 






52.203-17




Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights




APR 2014




 






52.203-19




Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements




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




 






52.204-13




System for Award Management Maintenance




OCT 2016




 






52.204-19




Incorporation by Reference of Representations and Certifications.




DEC 2014




 






52.209-10




Prohibition on Contracting With Inverted Domestic Corporations




NOV 2015




 






52.211-5




Material Requirements




AUG 2000




 






52.212-1




Instructions to Offerors--Commercial Items




JAN 2017




 






52.212-4




Contract Terms and Conditions--Commercial Items




JAN 2017




 






52.216-24




Limitation Of Government Liability




APR 1984




 






52.216-25




Contract Definitization




OCT 2010




 






52.219-6




Notice Of Total Small Business Set-Aside




NOV 2011




 






52.222-50




Combating Trafficking in Persons




MAR 2015




 






52.223-6




Drug-Free Workplace




MAY 2001




 






52.223-18




Encouraging Contractor Policies To Ban Text Messaging While Driving




AUG 2011




 






52.225-13




Restrictions on Certain Foreign Purchases




JUN 2008




 






52.225-18




Place of Manufacture




MAR 2015




 






52.225-25




Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.




OCT 2015




 






52.232-1




Payments




APR 1984




 






52.232-39




Unenforceability of Unauthorized Obligations




JUN 2013




 






52.233-3




Protest After Award




AUG 1996




 






52.233-4




Applicable Law for Breach of Contract Claim




OCT 2004




 






52.243-1




Changes--Fixed Price




AUG 1987




 






52.244-6




Subcontracts for Commercial Items




JAN 2017




 






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




 






252.203-7003




Agency Office of the Inspector General




DEC 2012




 






252.204-7003




Control Of Government Personnel Work Product




APR 1992




 






252.222-7007




Representation Regarding Combating Trafficking in Persons




JAN 2015




 






252.223-7006




Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials




SEP 2014




 






252.225-7036




Buy American--Free Trade Agreement--Balance of Payments Program--Basic (DEC 2016)




DEC 2016




 






252.232-7007




Limitation Of Government's Obligation




APR 2014




 






252.232-7010




Levies on Contract Payments




DEC 2006




 






252.246-7004




Safety of Facilities, Infrastructure, and Equipment for Military Operations




OCT 2010




 






 


 


CLAUSES INCORPORATED BY FULL TEXT


 


 


52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017)


 


(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.)


 

 ___   (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)).

 

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

 

X(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (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).

 

X (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) 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)(35): 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.

 

____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).

 
____ (37)(i)  52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

 

____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

 

____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).

 

____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).

 
____ (40) (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.
 

____ (41)(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.
 

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

 

____ (43)(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 (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

 

____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693).

 

____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693).

 

____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

 

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

 

____ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

 

____(49) (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.
 
____ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501,  et seq., 19 U.S.C. 3301 note).
 

X (51) 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).

 

____ (52) 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).

 

____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

 

____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

 

____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

 

____ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

 

X (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).

 

____ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332).

 

____ (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

 

X (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

 

____  (61)  52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).

 

____ (62)(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.)

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

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

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

(xvii) 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 (e)(1)(xvii): 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.

   

(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).

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

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

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

(xxi) 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).

(xxii) 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.

(xxiii) 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)

 

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).

 

COMBO

   

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

 

F2QF34

                                          

 

(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                                         FA87700

Issue By DoDAAC                                                                   FA4686

Admin DoDAAC                                                                       FA4686

Inspect By DoDAAC                                                               F2QF34

Ship To Code                                                                             F2QF34

Ship From Code                                                                        ____

Mark For Code                                                                          ____

Service Approver (DoDAAC)                                                 F2QF34

Service Acceptor (DoDAAC)                                                  F2QF34

Accept at Other DoDAAC                                                       ____

LPO DoDAAC                                                                           ____

DCAA Auditor DoDAAC                                                         ____

Other DoDAAC(s)                                                                     ____

--------------------------------------------------------------------------------------------

   

(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.

____

   

(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.

 

____

  

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

 

(End of clause)

 

5352.201-9101 OMBUDSMAN (JUNE 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, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Thompson St., Bldg 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon,Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

 

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

 

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

 

 

5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)

 

(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 insurance certificate, and 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        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)

Charidy Vessels, Contract Administrator, Phone 5306343769, Email charidy.vessels@us.af.mil - Eric R. Schmitt, Contract Specialist, Phone 530-634-3411, Fax 530-634-3311 , Email eric.schmitt@beale.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP