The RFP Database
New business relationships start here

Waste Water Treatment Plant


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

MEMORANDUM FOR ALL PROSPECTIVE OFFERORS

FROM:     366TH FINANCIAL ACQUISITION SQUADRON
366 GUNFIGHTER AVE, BLDG 512, STE 2102
MOUNTAIN HOME AFB, IDAHO 83648-5258


SUBJECT: Request for Quotation, FA489719QA221, Waste Water Treatment Plant


1. The 366th Financial Acquisition Squadron at Mountain Home Air Force Base, Idaho intends to establish a Firm Fixed Price non-personal services contract for Waste Water Treatment Plant IAW the attached performance work statement (PWS).


2. General Information: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with (IAW) FAR Part 13 and will set the acquisition aside IAW FAR Part 19 for small business (SB).


 


Notice Type:     Combined Synopsis/Solicitation


Solicitation Number:         FA489719QA221


Title:                     Waste Water Treatment Plant


Posted Date:                 7 Aug, 2019


Solicitation Response Date:         No later than 1 pm. MST. 9 Sep 2019


Estimated Award Date:         1 Oct 2019


Set Aside:                 100% Small Business


NAICS Code:             221320 - Sewage Treatment Facilities


Point of Contact:         A1C Christian Westbrook, christian.westbrook@us.af.mil, 208-828-6470 and Mrs. Hornbeck, carmela.hornbeck@us.af.mil, 208-828-3693


3. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA489719QA221.


4. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 effective 5 June 2019, Defense Acquisition Circular 20190215 effective 15 February 2018, and Air Force Acquisition Circular Revision 2018-0525 effective 25 May 2018.


5. The North American Industry Classification System (NAICS) code for this solicitation is 221320 - Sewage Treatment Facilities. The small business size standard is $20.5M.


6. The contractor is responsible for providing all labor and supplies for the operation and maintenance (O&M) of the bases wastewater treatment facility in accordance with (IAW) the PWS. Urgent and emergency service shall be coordinated on an as-needed basis and the contractor is responsible for complying with timely services IAW the PWS. The following table contains the description of requirements for the Contract Line Item Numbers (CLIN) items, the location services are to be performed, and the period of performance.


Quote Summary Sheet


CLIN    
Description    
Quantity    
Unit    Cost per Unit    Total
(USD $)    (USD $)
0001    O&M WWTP    12    Mo        
0002    Over and Above(O&A)    12    Mo        
0003    Bio solids disposal    12    Mo


 


1001    O&M WWTP    12    Mo        
1002    Over and Above(O&A)    12    Mo        
1003    Bio solids disposal    12    Mo


2001    O&M WWTP    12    Mo        
2002    Over and Above(O&A)    12    Mo        
2003    Bio solids disposal    12    Mo        
3001    O&M WWTP    12    Mo        
3002    Over and Above(O&A)    12    Mo        
3003    Bio solids disposal    12    Mo        
4001    O&M WWTP    12    Mo        
4002    Over and Above(O&A)    12    Mo        
4003    Bio solids disposal    12    Mo        
(US Dollars $)
TOTAL


Period of Performance:


1 Oct. 2019 - 30 Sep. 2024    
Place of Performance:


366 CES - F3F3CE
Mountain Home AFB, ID 83648



Vendor Information


Ordering Address    Point of Contact    Phone Number    Fax Number

E-Mail Address    Quote Date    Cage Code    Web Address



7. ADDENDUM TO 52.212-1, Instructions to Offerors-Commercial Items.


QUOTE PREPARATION INSTRUCTIONS


Submission of Offers


To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Quote Price, Part II - Past Performance Information, and Contractor must provide certification as an Idaho Class III Wastewater Treatment Plant Operator and Land Application Operator on the contract start date.


The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness and affordability of the price.


Specific Instructions:


A. QUOTE PRICE - Submit one (1) copy


(a) Provide a summarized quote sheet that is no more than two (2) pages in length. The summary shall clearly provide the price per each contract line item number (CLIN) for each year. In accordance with the solicitation, the quote(s) must be submitted for a base year plus four (4) option years.



B. TECHNICAL CAPABILITY AND PAST PERFORMANCE INFORMATION - Only references for relevant contracts are desired. Submit one (1) copy.


(1) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide past performance information for relevant contracts performed in the last three years from date of solicitation. Relevant contracts include those that are similar in scope and magnitude of effort and complexity to this solicitation requirements. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns and extended performance periods. Only references for the same or similar type contracts are desired. Relevant performance includes performance of efforts involving waste water treatment plant operations and maintenance that are similar or greater in scope, magnitude, and complexity of the effort described in this solicitation. The government will evaluate the quality and extent of offers' performance deemed relevant to the requirements of this solicitation.


(2) Past Performance Information: Provide a list of the most relevant contracts performed within the last three years (from date of submission). The format should be in accordance with Part E of this addendum

(3) Sources of Past Performance Information: The government will use information submitted by the offerors and any other sources of information available to the Government to assess past performance (i.e. FAPIIS, CPARS). For a description of the characteristics or aspects the Government will consider in determining relevance, see addendum to FAR 52.212-2 "Basis for Contract Award." The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract listed:


(1) Company/Division name; (e.g., if subcontracted, list subcontractor's name).
(2) Product/Service;
(3) Contracting Agency/Customer;
(4) Contract Number and Dollar Value;
(5) Period of Performance;
(6) Contracting Officer contact information (name, address, fax & telephone number);
(7) Comments regarding compliance with contract terms and conditions;
(8) Comments regarding any known performance deemed unacceptable to the customer,      or not IAW the contract terms and conditions


C. CONTACT INFORMATION


Contract Specialist: A1C Christian Westbrook, christian.westbrook@us.af.mil, Mrs. Carmela Hornbeck, carmela.hornbeck@us.af.mil
Contracting Officer: Ms. Monica H. Bardsley monica.bardsley@us.af.mil


Quotes shall be submitted to both christian.westbrook@us.af.mil and carmela.hornbeck@us.af.mil by the closing date of the solicitation.


D. FORMAT FOR PAST PERFORMANCE INFORMATION


a. The Past Performance Information shall be 8 ½" x 11" page size in pdf format except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17" page size.


b. A page is defined as one side of a sheet of paper containing information.


c. Typing shall be no less than 12 point font.


d. Elaborate formats, bindings or color presentations are not desired or required.


NOTE: For site visit request must be made prior to 14 Aug 2019. To schedule the site visit contact Contract Specialist: A1C Christian Westbrook, christian.westbrook@us.af.mil, Mrs. Carmela Hornbeck, carmela.hornbeck@us.af.mil. Any questions in regard to the solicitation must be submitted no later than 21 Aug 2019 by 10 am. MST.


(End of Addendum)



ADDENDUM TO 52.212-2, Evaluation - Commercial Items


BASIS FOR AWARD


A.    TECHNICAL ACCEPTABILITY:


By submission of its offer, the offeror agrees to comply with all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. For the purposes of this solicitation, Technical Requirements are defined as compliance with solicitation requirements and include utilizing the CLIN structure in this solicitation. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Compliance with solicitation requirements will be evaluated as either acceptable or unacceptable.


B.    EVALUATING PRICE


An offerors proposed prices will be determined by multiplying the quantities identified within each line item included on the Quote Summary Sheet by the unit price for each item to confirm the extended amount of each. Completion of pricing for each line item will be necessary in order to submit a quote for each Option Year. The total evaluated price includes the total price for all options along with the base period.


In accordance with FAR 52.217-8 Option to Extend Services, the Government may require continued performance within the limits and at the rates specified in the contract for the year in which this extension of services is authorized, for a maximum period of up to six months. Evaluation of options shall not obligate the Government to exercise the option(s). Quotes with option prices that are significantly unbalanced will be evaluated as noncompliant. Offerors shall quote on all items. Quotes that fail to price each item or indicate services will be provided at no charge will be evaluated as noncompliant. An offer using a sliding price scale or subject to escalation based on a contingency will be evaluated as noncompliant. Other than firm fixed-price offers will be evaluated as noncompliant. The price evaluation will document the reasonableness and realism of the proposed total evaluated price for the apparent successful offeror. For the purposes of identifying the order, past performance evaluations will be conducted, offers shall be ranked according to price, from lowest to highest.


C.    PAST PERFORMANCE RELEVANCE EVALUATION


Using CPARS/FAPIIS, the contracting officer shall seek relevant performance information on all offerors based on (a) the past and present efforts provided by the offeror and (b) data independently obtained from other government sources. For the purpose of this solicitation, recent contracts are defined as those on which some portion of performance occurred during the last three (3) years from date of solicitation. Relevant performance includes present/past performance effort involving similar scope and magnitude of effort as this solicitation. Relevancy ratings are defined in Table 1 below. In evaluating past performance, greater consideration may be given to information on those contracts deemed most relevant to the effort described in this solicitation.


Table 1. Past Performance Relevancy Ratings
Rating    Definition
Very Relevant    Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires.
Relevant    Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.


Somewhat Relevant    Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires.
Not Relevant     Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.


D.    PAST PERFORMANCE CONFIDENCE RATING


The purpose of the past performance evaluation is to allow the government to assess the offerors ability to perform the effort described in this solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Neutral Confidence as defined in Table 5 of the DoD Source Selection Procedures (Table 2 below). Offerors with no relevant past or present performance history or with a performance record so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably.


Table 2. Performance Confidence Assessments Rating Method
Adjectival Rating    Description
Substantial Confidence    Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.
Satisfactory Confidence    Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.
Neutral Confidence    No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.
Limited Confidence    Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.
No Confidence    Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.


E.    PAST PERFORMANCE CLARIFICATIONS


Offerors may be asked to clarify certain aspects of their quote and respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system.


F.    TECHNICAL EVALUATION


If the lowest priced evaluated offer is judged to have a Satisfactory Confidence performance assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.


If the lowest priced offeror is not judged to have a Satisfactory Confidence performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Satisfactory Confidence performance confidence assessment or until all offerors are evaluated. The contracting officer shall then make an integrated assessment best value award decision.
(End of Addendum)



CLAUSES INCORPORATED BY REFERENCE


CLAUSE NO.    CLAUSE TITLE    YEAR-MO    SECTION
VARIATION
NAME    DATE


252.201-7000    Contracting Officer's Representative    1991-12    SEC G
252.203-7000    Requirements Relating to Compensation of Former DoD Officials    2011-09    SEC I
252.203-7002    Requirement to Inform Employees of Whistleblower Rights.    2013-09    SEC I
252.203-7005    Representation Relating to Compensation of Former DoD Officials.     2011-11    SEC K
252.204-7003    Control of Government Personnel Work Product.    1992-04    SEC I
252.204-7006    Billing Instructions.    2005-10    SEC G
252.204-7008    Compliance with Safeguarding Covered Defense Information Controls.    2016-10    SEC I
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting.    2016-10    SEC I
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support.    2016-05    SEC I
252.215-7007    Notice of Intent to Resolicit.    2012-06    SEC K
252.215-7013    Supplies and Services Provided by Nontraditional Defense Contractors.    2018-01    SEC L
252.223-7006    Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.
2014-09    SEC I
252.223-7008    Prohibition of Hexavalent Chromium.    2013-06    SEC I
252.225-7001    Buy American and Balance of Payments Program.    2017-12    SEC I
252.225-7002    Qualifying Country Sources as Subcontractors.    2017-12    SEC I
252.225-7048    Export-Controlled Items.    2013-06    SEC I
252.226-7001    Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns.    2004-09    SEC I
252.232-7003    Electronic Submission of Payment Requests and Receiving Reports.    2018-12    SEC G
252.232-7010    Levies on Contract Payments.    2006-12    SEC I
252.237-7010
Prohibition on Interrogation of Detainees by Contractor Personnel.    2013-06    SEC I
252.243-7001    Pricing of Contract Modifications.    1991-12    SEC I
252.243-7002    Requests for Equitable Adjustment.    2012-12    SEC I
252.244-7000    Subcontracts for Commercial Items    2013-06    SEC I
52.219-14    Limitations on subcontracting (deviation 2019-O0003)     2017-01     SEC I
52.219-6    Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)    2011-11    SEC I
Deviation
2019-O0003    2018-12
52.203-18    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.    2017-01    SEC I
52.203-19    Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.    2017-01    SEC I
52.203-6    Restrictions on Subcontractor Sales to the Government. - (Alternate I)    2006-09    SEC I
52.204-10    Reporting Executive Compensation and First-Tier Subcontract Awards.    2018-10    SEC I
52.204-16    Commercial and Government Entity Code Reporting.    2016-07    SEC K
52.204-18    Commercial and Government Entity Code Maintenance.    2016-07    SEC I
52.204-23    Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.    2018-07    SEC I
52.204-7    System for Award Management.    2018-10    SEC L
52.209-10    Prohibition on Contracting with Inverted Domestic Corporations.    2015-11    SEC I
52.209-6    Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.    2015-10    SEC I

52.219-8     Utilization of Small Business Concerns.     2018-10     SEC I
52.222-21    Prohibition of Segregated Facilities.    2015-04    SEC I
52.222-37    Employment Reports on Veterans.    2016-02    SEC I
52.222-41    Service Contract Labor Standards.    2018-08    SEC I
52.222-54    Employment Eligibility Verification.    2015-10    SEC I
52.222-55    Minimum Wages Under Executive Order 13658.    2015-12    SEC I
52.222-62    Paid Sick Leave Under Executive Order 13706.    2017-01    SEC I
52.223-18    Encouraging Contractor Policies to Ban Text Messaging While Driving.    2011-08    SEC I
52.224-3    Privacy Training.    2017-01    SEC I
52.225-13    Restrictions on Certain Foreign Purchases.    2008-06    SEC I
52.232-33    Payment by Electronic Funds Transfer-System for Award Management.    2018-10    SEC I
52.232-40    Providing Accelerated Payments to Small Business Subcontractors.    2013-12    SEC I
52.233-3    Protest after Award.    1996-08    SEC I
52.233-4    Applicable Law for Breach of Contract Claim.    2004-10    SEC I
52.237-2    Protection of Government Buildings, Equipment, and Vegetation.    1984-04    SEC I
52.209-11    Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.    2016-02    SEC I
5352.223-9001     Health and Safety on government installations 2012-11 2012-11


CLAUSES IN FULL TEXT


CLAUSE NO.    CLAUSE TITLE    (MONTH YEAR)    VARIATION
NAME    DATE
CLAUSE TEXT


52.222-26    Equal Opportunity.    (SEP 2015)        

(a) Definition. As used in this clause.
"Compensation" means any payments made to, or on behalf of, an employee or offered to an applicant as remuneration for employment, including but not limited to salary, wages, overtime pay, shift differentials, bonuses, commissions, vacation and holiday pay, allowances, insurance and other benefits, stock options and awards, profit sharing, and retirement.
"Compensation information" means the amount and type of compensation provided to employees or offered to applicants, including, but not limited to, the desire of the Contractor to attract and retain a particular employee for the value the employee is perceived to add to the Contractor's profit or productivity; the availability of employees with like skills in the marketplace; market research about the worth of similar jobs in the relevant marketplace; job analysis, descriptions, and evaluations; salary and pay structures; salary surveys; labor union agreements; and Contractor decisions, statements and policies related to setting or altering employee compensation.
"Essential job functions" means the fundamental job duties of the employment position an individual holds. A job function may be considered essential if-
(1) The access to compensation information is necessary in order to perform that function or another routinely assigned business task; or
(2) The function or duties of the position include protecting and maintaining the privacy of employee personnel records, including compensation information.
"Gender identity" has the meaning given by the Department of Labor's Office of Federal Contract Compliance Programs, and is found at http://www.dol.gov/ofccp/LGBT/LGBT_FAQs.html.
"Sexual orientation" has the meaning given by the Department of Labor's Office of Federal Contract Compliance Programs, and is found at http://www.dol.gov/ofccp/LGBT/LGBT_FAQs.html.
"United States," means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.
(b)
(1) If, during any 12-month period (including the 12 months preceding the award of this contract), the Contractor has been or is awarded nonexempt Federal contracts and/or subcontracts that have an aggregate value in excess of $10,000, the Contractor shall comply with this clause, except for work performed outside the United States by employees who were not recruited within the United States. Upon request, the Contractor shall provide information necessary to determine the applicability of this clause.
(2) If the Contractor is a religious corporation, association, educational institution, or society, the requirements of this clause do not apply with respect to the employment of individuals of a particular religion to perform work connected with the carrying on of the Contractor's activities (41 CFR 60-1.5).
(c)
(1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. However, it shall not be a violation of this clause for the Contractor to extend a publicly announced preference in employment to Indians living on or near an Indian reservation, in connection with employment opportunities on or near an Indian reservation, as permitted by 41 CFR 60-1.5.
(2) The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. This shall include, but not be limited to-
(i) Employment;
(ii) Upgrading;
(iii) Demotion;
(iv) Transfer;
(v) Recruitment or recruitment advertising;
(vi) Layoff or termination;
(vii) Rates of pay or other forms of compensation; and
(viii) Selection for training, including apprenticeship.
(3) The Contractor shall post in conspicuous places available to employees and applicants for employment the notices to be provided by the Contracting Officer that explain this clause.
(4) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
(5)
(i) The Contractor shall not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This prohibition against discrimination does not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information.
(ii) The Contractor shall disseminate the prohibition on discrimination in paragraph (c)(5)(i) of this clause, using language prescribed by the Director of the Office of Federal Contract Compliance Programs (OFCCP), to employees and applicants by-
(A) Incorporation into existing employee manuals or handbooks; and
(B) Electronic posting or by posting a copy of the provision in conspicuous places available to employees and applicants for employment.
(6) The Contractor shall send, to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, the notice to be provided by the Contracting Officer advising the labor union or workers' representative of the Contractor's commitments under this clause, and post copies of the notice in conspicuous places available to employees and applicants for employment.
(7) The Contractor shall comply with Executive Order11246, as amended, and the rules, regulations, and orders of the Secretary of Labor.
(8) The Contractor shall furnish to the contracting agency all information required by Executive Order11246, as amended, and by the rules, regulations, and orders of the Secretary of Labor. The Contractor shall also file Standard Form100 (EEO-1), or any successor form, as prescribed in 41 CFR Part60-1. Unless the Contractor has filed within the 12 months preceding the date of contract award, the Contractor shall, within 30 days after contract award, apply to either the regional Office of Federal Contract Compliance Programs (OFCCP) or the local office of the Equal Employment Opportunity Commission for the necessary forms.
(9) The Contractor shall permit access to its premises, during normal business hours, by the contracting agency or the OFCCP for the purpose of conducting on-site compliance evaluations and complaint investigations. The Contractor shall permit the Government to inspect and copy any books, accounts, records (including computerized records), and other material that may be relevant to the matter under investigation and pertinent to compliance with Executive Order11246, as amended, and rules and regulations that implement the Executive Order.
(10) If the OFCCP determines that the Contractor is not in compliance with this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts, under the procedures authorized in Executive Order11246, as amended. In addition, sanctions may be imposed and remedies invoked against the Contractor as provided in Executive Order11246, as amended; in the rules, regulations, and orders of the Secretary of Labor; or as otherwise provided by law.
(11) The Contractor shall include the terms and conditions of this clause in every subcontract or purchase order that is not exempted by the rules, regulations, or orders of the Secretary of Labor issued under Executive Order11246, as amended, so that these terms and conditions will be binding upon each subcontractor or vendor.
(12) The Contractor shall take such action with respect to any subcontract or purchase order as the Director of OFCCP may direct as a means of enforcing these terms and conditions, including sanctions for noncompliance, provided, that if the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of any direction, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.
(d) Notwithstanding any other clause in this contract, disputes relative to this clause will be governed by the procedures in 41 CFR 60-1.
(End of Clause)
52.232-18 -- Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)


52.212-1    Instructions to Offerors-Commercial Items.    (OCT 2018)        

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
(k) [Reserved]
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of provision)
(End of Clause)

52.222-50    Combating Trafficking in Persons.    (JAN 2019)        

Combating Trafficking in Persons (Jan 2019)
(a) Definitions. As used in this clause-
"Agent" means any individual, including a director, an officer, an employee, or an independent contractor, authorized to act on behalf of the organization.
"Coercion" means-
(1) Threats of serious harm to or physical restraint against any person;
(2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or
(3) The abuse or threatened abuse of the legal process.
"Commercial sex act" means any sex act on account of which anything of value is given to or received by any person.
"Commercially available off-the-shelf (COTS) item" means-
(1) Any item of supply (including construction material) that is-
(i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101);
(ii) Sold in substantial quantities in the commercial marketplace; and
(iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and
(2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products.
"Debt bondage" means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined.
"Employee" means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance.
"Forced Labor" means knowingly providing or obtaining the labor or services of a person-
(1) By threats of serious harm to, or physical restraint against, that person or another person;
(2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or
(3) By means of the abuse or threatened abuse of law or the legal process.
"Involuntary servitude" includes a condition of servitude induced by means of-
(1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or
(2) The abuse or threatened abuse of the legal process.
"Recruitment fees" means fees of any type, including charges, costs, assessments, or other financial obligations, that are associated with the recruiting process, regardless of the time, manner, or location of imposition or collection of the fee.
(1) Recruitment fees include, but are not limited to, the following fees (when they are associated with the recruiting process) for-
(i) Soliciting, identifying, considering, interviewing, referring, retaining, transferring, selecting, training, providing orientation to, skills testing, recommending, or placing employees or potential employees;
(ii) Advertising
(iii) Obtaining permanent or temporary labor certification, including any associated fees;
(iv) Processing applications and petitions;
(v) Acquiring visas, including any associated fees;
(vi) Acquiring photographs and identity or immigration documents, such as passports, including any associated fees;
(vii) Accessing the job opportunity, including required medical examinations and immunizations; background, reference, and security clearance checks and examinations; and additional certifications;
(viii) An employer's recruiters, agents or attorneys, or other notary or legal fees;
(ix) Language interpretation or translation, arranging for or accompanying on travel, or providing other advice to employees or potential employees;
(x) Government-mandated fees, such as border crossing fees, levies, or worker welfare funds;
(xi) Transportation and subsistence costs-
(A) While in transit, including, but not limited to, airfare or costs of other modes of transportation, terminal fees, and travel taxes associated with travel from the country of origin to the country of performance and the return journey upon the end of employment; and
(B) From the airport or disembarkation point to the worksite;
(xii) Security deposits, bonds, and insurance; and
(xiii) Equipment charges.
(2) A recruitment fee, as described in the introductory text of this definition, is a recruitment fee, regardless of whether the payment is-
(i) Paid in property or money;
(ii) Deducted from wages;
(iii) Paid back in wage or benefit concessions;
(iv) Paid back as a kickback, bribe, in-kind payment, free labor, tip, or tribute; or
(v) Collected by an employer or a third party, whether licensed or unlicensed, including, but not limited to-
(A) Agents;
(B) Labor brokers;
(C) Recruiters;
(D) Staffing firms (including private employment and placement firms);
(E) Subsidiaries/affiliates of the employer;
(F) Any agent or employee of such entities; and
(G) Subcontractors at all tiers.
"Severe forms of trafficking in persons" means-
(1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or
(2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery.
"Sex trafficking" means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act.
"Subcontract" means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract.
"Subcontractor" means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime contractor or another subcontractor.
"United States" means the 50 States, the District of Columbia, and outlying areas.
(b) Policy. The United States Government has adopted a policy prohibiting trafficking in persons including the trafficking-related activities of this clause. Contractors, contractor employees, and their agents shall not-
(1) Engage in severe forms of trafficking in persons during the period of performance of the contract;
(2) Procure commercial sex acts during the period of performance of the contract;
(3) Use forced labor in the performance of the contract;
(4) Destroy, conceal, confiscate, or otherwise deny access by an employee to the employee's identity or immigration documents, such as passports or drivers' licenses, regardless of issuing authority;
(5)
(i) Use misleading or fraudulent practices during the recruitment of employees or offering of employment, such as failing to disclose, in a format and language understood by the employee or potential employee, basic information or making material misrepresentations during the recruitment of employees regarding the key terms and conditions of employment, including wages and fringe benefits, the location of work, the living conditions, housing and associated costs (if employer or agent provided or arranged), any significant costs to be charged to the employee or potential employee, and, if applicable, the hazardous nature of the work;
(ii) Use recruiters that do not comply with local labor laws of the country in which the recruiting takes place;
(6) Charge employees or potential employees recruitment fees;
(7)
(i) Fail to provide return transportation or pay for the cost of return transportation upon the end of employment-
(A) For an employee who is not a national of the country in which the work is taking place and who was brought into that country for the purpose of working on a U.S. Government contract or subcontract (for portions of contracts performed outside the United States); or
(B) For an employee who is not a United States national and who was brought into the United States for the purpose of working on a U.S. Government contract or subcontract, if the payment of such costs is required under existing temporary worker programs or pursuant to a written agreement with the employee (for portions of contracts performed inside the United States); except that-
(ii) The requirements of paragraphs (b)(7)(i) of this clause shall not apply to an employee who is-
(A) Legally permitted to remain in the country of employment and who chooses to do so; or
(B) Exempted by an authorized official of the contracting agency from the requirement to provide return transportation or pay for the cost of return transportation;
(iii) The requirements of paragraph (b)(7)(i) of this clause are modified for a victim of trafficking in persons who is seeking victim services or legal redress in the country of employment, or for a witness in an enforcement action related to trafficking in persons. The contractor shall provide the return transportation or pay the cost of return transportation in a way that does not obstruct the victim services, legal redress, or witness activity. For example, the contractor shall not only offer return transportation to a witness at a time when the witness is still needed to testify. This paragraph does not apply when the exemptions at paragraph (b)(7)(ii) of this clause apply.
(8) Provide or arrange housing that fails to meet the host country housing and safety standards; or
(9) If required by law or contract, fail to provide an employment contract, recruitment agreement, or other required work document in writing. Such written work document shall be in a language the employee understands. If the employee must relocate to perform the work, the work document shall be provided to the employee at least five days prior to the employee relocating. The employee's work document shall include, but is not limited to, details about work description, wages, prohibition on charging recruitment fees, work location(s), living accommodations and associated costs, time off, roundtrip transportation arrangements, grievance process, and the content of applicable laws and regulations that prohibit trafficking in persons.
(c) Contractor requirements. The Contractor shall-
(1) Notify its employees and agents of-
(i) The United States Government's policy prohibiting trafficking in persons, described in paragraph (b) of this clause; and
(ii) The actions that will be taken against employees or agents for violations of this policy. Such actions for employees may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and
(2) Take appropriate action, up to and including termination, against employees, agents, or subcontractors that violate the policy in paragraph (b) of this clause.
(d) Notification.
(1) The Contractor shall inform the Contracting Officer and the agency Inspector General immediately of-
(i) Any credible information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, subcontractor employee, or their agent has engaged in conduct that violates the policy in paragraph (b) of this clause (see also 18 U.S.C. 1351, Fraud in Foreign Labor Contracting, and 52.203-13(b)(3)(i)(A), if that clause is included in the solicitation or contract, which requires disclosure to the agency Office of the Inspector General when the Contractor has credible evidence of fraud); and
(ii) Any actions taken against a Contractor employee, subcontractor, subcontractor employee, or their agent pursuant to this clause.
(2) If the allegation may be associated with more than one contract, the Contractor shall inform the contracting officer for the contract with the highest dollar value.
(e) Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), (g), (h), or (i) of this clause may result in-
(1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract;
(2) Requiring the Contractor to terminate a subcontract;
(3) Suspension of contract payments until the Contractor has taken appropriate remedial action;
(4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance;
(5) Declining to exercise available options under the contract;
(6) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or
(7) Suspension or debarment.
(f) Mitigating and aggravating factors. When determining remedies, the Contracting Officer may consider the following:
(1) Mitigating factors. The Contractor had a Trafficking in Persons compliance plan or an awareness program at the time of the violation, was in compliance with the plan, and has taken appropriate remedial actions for the violation, that may include reparation to victims for such violations.
(2) Aggravating factors. The Contractor failed to abate an alleged violation or enforce the requirements of a compliance plan, when directed by the Contracting Officer to do so.
(g) Full cooperation.
(1) The Contractor shall, at a minimum-
(i) Disclose to the agency Inspector General information sufficient to identify the nature and extent of an offense and the individuals responsible for the conduct;
(ii) Provide timely and complete responses to Government auditors' and investigators' requests for documents;
(iii) Cooperate fully in providing reasonable access to its facilities and staff (both inside and outside the U.S.) to allow contracting agencies and other responsible Federal agencies to conduct audits, investigations, or other actions to ascertain compliance with the Trafficking Victims Protection Act of 2000 (22 U.S.C. chapter 78), E.O. 13627, or any other applicable law or regulation establishing restrictions on trafficking in persons, the procurement of commercial sex acts, or the use of forced labor; and
(iv) Protect all employees suspected of being victims of or witnesses to prohibited activities, prior to returning to the country from which the employee was recruited, and shall not prevent or hinder the ability of these employees from cooperating fully with Government authorities.
(2) The requirement for full cooperation does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not-
(i) Require the Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine;
(ii) Require any officer, director, owner, employee, or agent of the Contractor, including a sole proprietor, to waive his or her attorney client privilege or Fifth Amendment rights; or
(iii) Restrict the Contractor from-
(A) Conducting an internal investigation; or
(B) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation.
(h) Compliance plan.
(1) This paragraph (h) applies to any portion of the contract that-
(i) Is for supplies, other than commercially available off-the-shelf items, acquired outside the United States, or services to be performed outside the United States; and
(ii) Has an estimated value that exceeds $500,000.
(2) The Contractor shall maintain a compliance plan during the performance of the contract that is appropriate-
(i) To the size and complexity of the contract; and
(ii) To the nature and scope of the activities to be performed for the Government, including the number of non-United States citizens expected to be employed and the risk that the contract or subcontract will involve services or supplies susceptible to trafficking in persons.
(3) Minimum requirements. The compliance plan must include, at a minimum, the following:
(i) An awareness program to inform contractor employees about the Government's policy prohibiting trafficking-related activities described in paragraph (b) of this clause, the activities prohibited, and the actions that will be taken against the employee for violations. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State's Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/j/tip/.
(ii) A process for employees to report, without fear of retaliation, activity inconsistent with the policy prohibiting trafficking in persons, including a means to make available to all employees the hotline phone number of the Global Human Trafficking Hotline at 1-844-888-FREE and its email address at help@befree.org.
(iii) A recruitment and wage plan that only permits the use of recruitment companies with trained employees, prohibits charging recruitment fees to the employees or potential employees and ensures that wages meet applicable host-country legal requirements or explains any variance.
(iv) A housing plan, if the Contractor or subcontractor intends to provide or arrange housing that ensures that the housing meets host-country housing and safety standards.
(v) Procedures to prevent agents and subcontractors at any tier and at any dollar value from engaging in trafficking in persons (including activities in paragraph (b) of this clause) and to monitor, detect, and terminate any agents, subcontracts, or subcontractor employees that have engaged in such activities.
(4) Posting.
(i) The Contractor shall post the relevant contents of the compliance plan, no later than the initiation of contract performance, at the workplace (unless the work is to be performed in the field or not in a fixed location) and on the Contractor's Web site (if one is maintained). If posting at the workplace or on the Web site is impracticable, the Contractor shall provide the relevant contents of the compliance plan to each worker in writing.
(ii) The Contractor shall provide the compliance plan to the Contracting Officer upon request.
(5) Certification. Annually after receiving an award, the Contractor shall submit a certification to the Contracting Officer that-
(i) It has implemented a compliance plan to prevent any prohibited activities identified at paragraph (b) of this clause and to monitor, detect, and terminate any agent, subcontract or subcontractor employee engaging in prohibited activities; and
(ii) After having conducted due diligence, either-
(A) To the best of the Contractor's knowledge and belief, neither it nor any of its agents, subcontractors, or their agents is engaged in any such activities; or
(B) If abuses relating to any of the prohibited activities identified in paragraph (b) of this clause have been found, the Contractor or subcontractor has taken the appropriate remedial and referral actions.
(i) Subcontracts.
(1) The Contractor shall include the substance of this clause, including this paragraph (i), in all subcontracts and in all contracts with agents. The requirements in paragraph (h) of this clause apply only to any portion of the subcontract that-
(A) Is for supplies, other than commercially available off-the-shelf items, acquired outside the United States, or services to be performed outside the United States; and
(B) Has an estimated value that exceeds $500,000.
(2) If any subcontractor is required by this clause to submit a certification, the Contractor shall require submission prior to the award of the subcontract and annually thereafter. The certification shall cover the items in paragraph (h) (5) of this clause.
(End of Clause)

252.232-7006    Wide Area WorkFlow Payment Instructions.    (DEC 2018)        

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
(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.
Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
2 in 1
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(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.
udg_366cpts.FMA_ALL@us.af.mil and 366CONS.PKA.Services_Commodities@us.af.mil


(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial item financing, submit a commercial item financing request.
(2)) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the co

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP