Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

65 -- Chemistry/Special Chemistry System - Combined Synopsis/Solicitation

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
 
ZIP Code
76311-2746
 
Solicitation Number
F3V4A12179A002-Chemistry-System
 
Archive Date
9/30/2012
 
Point of Contact
Kristopher. M Terrell, Phone: 9168123004, Christopher J. Lamiroult, Phone: 9406765196
 
E-Mail Address
kristopher.terrell@sheppard.af.mil, chris.lamiroult@sheppard.af.mil
(kristopher.terrell@sheppard.af.mil, chris.lamiroult@sheppard.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Supporting Documents Contains Statment of Need, Chemistry/Special Chemistry Reagent List and Lab Floor Plan. Please provide any other personal supporting documentation as necessary. Please review the attached combo. Combined Synopsis/Solicitation - Lease for Clinical Chemistyr/special Chemical Analyzer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. • The Request for Proposal (RFP) number is F3V4A12179A002. • This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60,, DPN 20120724 and AFAC 2012-0330. • This solicitation is being issued as Full and Open Competition under the North American Industrial Classification Standard code 325413 with a size standard of 500 Employees. • Description of Requirements The 82d Medical Group Laboratory has a requirement to lease an in-house non-personal service contract with a Basic year + 4 option years for clinical chemistry/special chemical analyzer (Vitro 5600 or better) and all required reagents/supplies to perform the tests listed on Attachment A, Chemical/Special Chemistry Reagent List, of Attachement 1, Statement of Needs. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL 0001 Request Non-Personal Service Contract for Clinical Chemistry/Special Chemical Analyzer (Vitro 5600 or better) and Reagents required to perform tests on attahcment A statement of Needs POP 1 Oct 12 - 31 Sept 2013 1 EA 10001 Lease for Option 1 Year POP 1 Oct 13 - 31 Sept 2014 1 EA 20001 Lease for Option 2 Year POP 1 Oct 14 - 31 Sept 2015 1 EA 30001 Lease for Option 3 Year POP 1 Oct 15 - 31 Sept 2016 1 EA 40001 Lease for Option 4 Year POP 1 Oct 16 - 31 Sept 2017 1 EA Freight Charge (if quoting other than FOB Destination) Total: $ • See Attachment 1, Statement of Needs,for description of requirements, units of measures and lays outs • Services are to be performed at 82 Medical Group, 149 Hart St, Sheppard AFB, TX 76311. • The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum applies to this provision: ADDENDUM TO 52.212-1 (c) Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers." (e) Multiple Offers. Paragraph is deleted. PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, and representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of 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 Request For Quotes attachment, 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) If the offer is not submitted on the Request for Quotes, 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. Please see attachment one for description of requirements, for contract line items, quantities and units of measure. Base all proposal off of listed attachment. B. 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 cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this evaluation the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness. ((End of Addenda to 52.212-1) • The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria is to be included as part of paragraph (a) of this provision: The following factors shall be used to evaluate offers: (1) Technical (2) Price (3) Basic past performance BASIS FOR CONTRACT AWARD: This is a simplified selection in which competing offerors' will be selected based on lowest price technically acceptable. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this solicitation and all such offers shall be treated equally except for their prices. The evaluation process shall proceed as follows: 1. Technical Evaluation: Initially, all proposals will be evaluated for technical acceptability. If an offeror is deemed technically unacceptable, no other part of their proposal will be evaluated. The technical evaluation is to ensure that a offeror can fill the position with a qualified individual. Ratings will be given on a pass/fail basis as follows: PASS Based on the information provided in the technical proposal, the offeror is able provide a qualified individual per the statement of work (SOW) requirements. The offeror takes no exceptions to the requirements outlined in the solicitation or the SOW. -Be equal or better than Vitros 5600 FAIL Based on the information provided in the technical proposal, the offeror cannot provide a qualified individual per statement of work (SOW) requirements or the offeror takes exceptions to any of the requirements outlined in the solicitation or the SOW. 2. Price Evaluation. All technically acceptable offerors shall be ranked according to total evaluated price (TEP). TEP is calculated by adding together the base price and all option year prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the Price Exhibit by the unit price for each item to confirm the extended amount for each. 3. Past Performance Criteria this will be taken into consideration and will be determined with the Contracting officers discretion. This will be evaluated on a pass or fail basis with emphasis on meeting delivery schedule. 4. If the lowest priced evaluated offer is judged to be technically acceptable, 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. 5. If the lowest priced offeror is not judged to be technically acceptable or, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be technically acceptable. The Source Selection Authority shall then make an integrated assessment best value award decision. 6. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. All offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. • The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. • The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses are cited in the clause and are applicable to the acquisition: 52.203-6, 52.203-13, 52.209-6, 52.209-9, 52.219-6, 52.219-8, 52.219-14, 52.219-16, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-43, 52.222-54, 52.223-18, 52.225-1, 52.225-5, 52.225-13, 52.232-30 and 52.232-33. • The following provisions and clauses also apply to this acquisition. All provisions and clauses listed by reference are in accordance with FAR 52.252-2, Clauses Incorporated by Reference; and FAR 52.252-1 Solicitation Provisions Included by Reference (http://farsite.hill.af.mil/vffara.htm):3. CLAUSES INCORPORATED BY REFERENCE 52.203-12 Limitations on Payment to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 Central Contractor Registration FEB 2012 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters FEB 2012 52.209-9 Updates of Public Policy Available Information Regarding Responsibility Matters FEB 2012 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development 52.211-17 Delivery of Excess Quantities 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.227-21 Technical Data Declaration, Revision, and Withholding of Payment-Mayjor Systems DEC 2007 52.232-18 52.242-19 52.242-13 Availability Of Funds Availability of Funds for the Next Fisical Year Bankruptcy APR 1984 APR 1984 JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.246-19 Warranty of Systems and Equirpment Under Performance Specifications or Design Criteria MAY 2001 52.247-34 F.B.O Destination 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.204-7006 Billing Instructions OCT 2005 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.209-7998 252.212-7000 252.225-7002 252.232-7010 Representation Regarding Conviction of a Felony Criminal Offeror Representations and Certifications - Commercial Items Qualifying Country Sources as Subcontractors Levies on Contract Payments DEC 2011 JUN 2005 DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 years. (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.229-1 STATE AND LOCAL TAXES (APR 1984) Notwithstanding the terms of the Federal, State, and Local Taxes clause, the contract price excludes all State and local taxes levied on or measured by the contract or sales price of the services or completed supplies furnished under this contract. The Contractor shall state separately on its invoices taxes excluded from the contract price, and the Government agrees either to pay the amount of the taxes to the Contractor or provide evidence necessary to sustain an exemption. (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm (End of clause) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) (a) Definitions. As used in this clause' Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identifier means-- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. DoD unique item identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency. Government's unit acquisition cost means-- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. Issuing agency means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: ------------------------------------------------------------------------ Contract line, subline, or exhibit line item No. Item description ------------------------------------------------------------------------ N/A (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAY 2012) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. __X__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) __X__ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (2) ____ 252.203-7003, Agency Office of the Inspector General (APR 2012)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509). (3) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (SEP 2011) (15 U.S.C. 637). (5) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) __X__ 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83, E.O. 10582). (ii) ____ Alternate I (OCT 2011) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (9) __X__ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). 12) ____ 252.225-7017, Photovoltaic Devices (MAY 2012) (Section 846 of Pub. L. 111-383). 13)(i) ____ 252.225-7021, Trade Agreements (MAY 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (OCT 2011) of 252.225-7021. (iii) ____ Alternate II (OCT 2011) of 252.225-7021. (14) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (15) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (16)(i) ____ 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (MAY 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (OCT 2011) of 252.225-7036. (iii) ____ Alternate II (OCT 2011) of 252.225-7036. (iv) ____ Alternate III (OCT 2011) of 252.225-7036. (v) ____ Alternate IV (MAY 2012) of 252.225-7036. (vi) ____Alternate V (MAY 2012) of 252.225-7036. (17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) ____ 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (19) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (20) ____ 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (21) ____ 252.227-7015, Technical Data-Commercial Items (DEC 2011) (10 U.S.C. 2320). (22) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data ((SEP 2011), if applicable (see 227.7102-4(c)))(10 U.S.C. 2321). (23) __X__ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (24) ____ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (25) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (26) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (27) ____ 252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (28) ____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (29)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (30) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR (2000) (10 U.S.C. 2631). (31) ____ 252.247-7027, Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L. 110-417). c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). 2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2011), if applicable (see 227.7102-4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092of Pub. L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. David Jones, AETC Deputy Director of Contracting, 2035 First Street West, Randolph AFB TX 78150-4304, telephone 210-652-7907; facsimile 210-652-8344. The alternate AETC ombudsman is the Chief, Acquisition Support Division, 2035 First Street West, Randolph AFB TX 78150-4304, telephone 210-652-7075. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements This contract contains a DD Form 254, DOD Contract Security Classification Specification, and requires performance at a government location in the U.S. or overseas. Prior to beginning operations involving classified information on an installation identified on the DD Form 254, the contractor shall take the following actions: (a) At least thirty days prior to beginning operations, notify the security police activity shown in the distribution block of the DD Form 254 as to: (1) The name, address, and telephone number of this contract company's representative and designated alternate in the U.S. or overseas area, as appropriate; (2) The contract number and military contracting command; (3) The highest classification category of defense information to which contractor employees will have access; (4) The Air Force installations in the U.S. (in overseas areas, identify only the APO number(s)) where the contract work will be performed; (5) The date contractor operations will begin on base in the U.S. or in the overseas area; (6) The estimated completion date of operations on base in the U.S. or in the overseas area; and, (7) Any changes to information previously provided under this clause. This requirement is in addition to visit request procedures contained in DOD 5220.22-M, National Industrial Security Program Operating Manual. (b) Prior to beginning operations involving classified information on an installation identified on the DD Form 254 where the contractor is not required to have a facility security clearance, the contractor shall enter into a Visitor Group Security Agreement (or understanding) with the installation commander to ensure that the contractor's security procedures are properly integrated with those of the installation. As a minimum, the agreement shall identify the security actions that will be performed: (1) By the installation for the contractor, such as providing storage and classified reproduction facilities, guard services, security forms, security inspections under DOD 5220.22-M, classified mail services, security badges, visitor control, and investigating security incidents; and (2) Jointly by the contractor and the installation, such as packaging and addressing classified transmittals, security checks, internal security controls, and implementing emergency procedures to protect classified material. (End of clause) 5352.223-9001 Health And Safety On Government Installations (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (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 police 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 local security procedures 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 AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (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) Local Information SAFB-0002 Smoking in AETC Facilities Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102, Tobacco Use in the Air Force, and its AETC supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. Local Information SAFB-0003 Shipping/Delivery Information (a) Upon shipment of product(s), the contractor shall provide e-mail notification to the ordering Contracting Representative and the individual who the order will be shipped to. The e-mail shall include when the order was shipped, the tracking number by the common carrier, a WWW "HOT LINK" and/or a toll-free number to the common carrier, if possible. Contracting Representative: Name A1C Kirstopher M. Terrell E-Mail Kristopher.terrell@sheppard.af.mil Phone Number 940-676-7653 Point Of Contact: Name Jennifer Wright E-Mail Jennifer.wright@sheppard.af.mil Phone Number 940-676-3421 (b) The contractor shall mark all packages and any other shipping containers with the address in Block 15, unless annotated below. 82 Medical Group, 149 Hart St Sheppard AFB, TX 76311. SAME (c) Delivery is to be made during normal working hours, 7:30 AM through 4:00 PM, Monday - Friday (excluding holidays). Local Information SAFB-0005 Important Notice to Contractors - Wide Area Workflow-Receipt and Acceptance (WAWF-RA) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests. Contractors shall submit payment requests electronically via the Internet through the Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Use of WAWF-RA will speed up your payment processing time and will allow you to monitor your payment status online. There are no charges or fees to use WAWF-RA. Before using WAWF, ensure your Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, you can make changes to your CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask them to establish a group for your CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, you will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the responsible Defense Finance Accounting Services (DFAS). Please have the order number and invoice number ready when calling about payment status. The following codes will be required to route your invoices, and receiving reports correctly through WAWF-RA: TYPE OF INVOICE: X INVOICE AND RECEIVING REPORT COMBO (Creates two documents, an Invoice and a Receiving Report, within one data entry session (combo). Creating both documents at the same time, rather than separately, is recommended) STAND ALONE INVOICE (Creates an invoice within one data session) FOR MEDICAL STOCK FUND (6b) ONLY. CONSTRUCTION INVOICE (Create a 2 in 1 Invoice from a contract for construction. A Contracting Officer must review and accept) Cage Code - Found in Block 17a of the SF1449, Block 14 of the SF1442, or Block 9 of the DD1155. Contract Number - Found in Block 2 of SF 1449 Form. Delivery Order - Found in Block 4 (Order Number) of SF1449. Issue Date - Found in Block 6 Solicitation Issue Date of SF1449. Issue DODAAC - Found in Block 9 (Issued by) of SF1449. Contracting Office that issued your contract - WAWF uses the Code to route the document to the base. Admin DODAAC - Found in Block 16 (Administered by) of SF1449. Contracting Office that administers your contract. Inspected by DODAAC/Ext - Found in Block 15 (Delivered to unless otherwise stated in the contract) of SF1449. Combination of the Administered by code from Block 16 and delivered to code Block 9. It is used to route documents to receiving (service inspector in WAWF). Service Acceptor/Ext - Found in Block 15 (Deliver to) of SF1449. Administered by code from Block 16 and delivered to code Block 9. It is used to route documents to receiving (service acceptor in WAWF). LPO DODAAC/Ext - Not a required field for Air Force Contracts. Pay DODAAC - Found in Block 16a (Payment will be made by) of SF1449. Pay Office code is used to route documents to the Defense Finance Accounting Office responsible for payment to offered. ONCE YOU HAVE SUBMITTED YOUR INVOICE ELECTRONICALLY VIA WAWF DO NOT SUBMIT A BACK-UP PAPER COPY. The accounts payable mailing address can be located in Block 18a of your order. You can easily access payment information using DFAS web site at https://myinvoice.csd.disa.mil//index.html. Your purchase order/contract number or invoice will be required to inquire status of your payment. For additional assistance with WAWF-RA procedures, please contact Mr. Kevin West, at (940) 676-1115. Local Information SAFB-0011 Contractor Performance on Air Force Installations Contractor individual(s) should contact the point-of-contact to obtain access to the base, prior to arriving at the installation. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license and place of performance to obtain a pass. Expect delays in entering the base for security purposes. Local Information SAFB-0012 PRE-ENTRY NOTIFICATION Vendor shall contact the point of contact or the contracting representative listed below between 24 and 48 hours prior to coordinate base entry. Failure to contact the POC or a contracting representative could result in delays in entry. A1C Kristopher M. Terrell 82D CONTRACTING SQUADRON 206 J Avenue SHEPPARD AFB, TX 76311-2743 PHONE: (940) 676-7653 Kristopher.Terrell@sheppard.af.mil LOCAL CLAUSE SAFB-0023 APPLICATION FOR PERSONNEL AND VEHICLE PASSES TO WORK UNDER AIR FORCE CONTRACT APPLICATION FOR PERSONNEL AND VEHICLE PASSES TO WORK UNDER AIR FORCE CONTRACT (THIS FORM IS SUBJECT TO THE PRIVACY ACT OF 1974) INSTRUCTIONS 1. Submit one copy to 82 SFS. Original to Employee. All information must be completed; Spell out First, Middle, and Last Names (no initials). 2. Employee must present INS identification if pertinent, Social Security Card, Birth Certificate, and a Driver's License to be considered as a valid form of identification. Vehicle operators will need a copy of vehicle registration and certificate of automobile insurance. SECTION I: Contractor must ensure all blocks are complete. 1.1. THRU (CONTRACTING OFFICE/SPONSORING ACTIVITY ADDRESS) 1.2. FROM (PRIME CONTRACTOR'S NAME, ADDRESS, PHONE) 1.3. CONTRACT NUMBER 1.4. CONTRACT EXPIRATION DATE 1.5. DAYS/HOURS WORKED 1.6. PLACE OF DUTY/WORK/BLDG Employee Information Vehicle Information (If company owned vehicle put N/A) 1.7. NAME (LAST, FIRST, MIDDLE) 1.8. SOCIAL SECURITY # 1.9. DATE OF BIRTH 1.10. DRIVER LIC NO/ STATE 1.11. MAKE/MODEL/YEAR 1.12. PLATE NO/STATE THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001 OR OTHER APPLICABLE LAWS AND REGULATIONS. NOTE: "CONTRACTOR AND EMPLOYEE" SHALL RETURN BADGE TO SF PASS & ID UPON EXPIRATION OR TERMINATION OF CONTRACT 1.13. EMPLOYEE SIGNATURE: _____________________________________________________________ DATE: ____________________________ 1.14. PRIME CONTRACTOR CERTIFICATION: Employer certifies that employee is working on the above contract. PRIME CONTRACTOR'S SIGNATURE: ___________________________________________________ DATE: ____________________________ 1.15. IF EMPLOYEE IS A SUBCONTRACTOR EMPLOYEE: Complete below 1.15.1. Sub-Contractor Company Name: _____________________________________________________________________________________________________ 1.15.2. Sub-Contractor's Address and Phone: ________________________________________________________________________________________________ SECTION II: To be completed by Contracting Office/Sponsoring Activity (same as Section I, Block 1.1. THRU) THIS IS TO CERTIFY: I have verified that the individual above is performing in an official capacity on referenced contract and/or requires a badge in the performance of their official duties on Sheppard AFB in accordance with the contract terms and conditions. 2.1. Contracting Officer Name & Phone Phone Number: ______________________________________________ 2.2. Length of Pass  8 to 89 days,  90 days to 1yr,  2 yrs,  3 yrs Start Date: ________________ 2.3. SIGNATURE: _____________________________________________________________ DATE: _____________________________________________ SECTION III: To be completed by Security Forces Pass & ID 3.1. Fingerprints Taken?  Yes  No TLETS Check Conducted?  Yes  No 3.2. Badge Type Contractor: _____ Yes _____ No Vendor: _____ Yes _____ No Other: _____ Yes _____ No 3.3. Date Issued 3.4. Date Expires PRIVACY ACT STATEMENT AUTHORITY: 10 U.S.C. 8013, Secretary of the Air Force: Power and Duties; delegate by PRINCIPLE PURPOSE(S): The purpose for requesting personal information is to assist security personnel in developing records to document contractor employee suitability for access to Sheppard AFB, TX to work under Air Force contracts. The Social Security Number (SSN) and Date of Birth (DOB) are necessary to identify the person and records. This information may be used to determine suitability of persons desiring access to Sheppard AFB as well as for other lawful purposes including law enforcement and litigation. INTENDED USE: All contractors, subcontractors, units of Sheppard AFB sponsoring activities who have employees not authorized a Common Access Card and requiring regular and frequent access to Sheppard AFB in performance of their official duties. DISCLOSURE: Disclosure of requested information is mandatory. Failure to provide information will result in access privileges being refused or withdrawn. The Privacy Act Statement will apply throughout the duration of Air Force contract while serving in the capacity of prime contractor or subcontractor/supplier employee. SHEPPARD AFB FORM 151, 20070801 LOCAL CLAUSE SAFB-0024 CONTRACTOR/SUBCONTRACTOR ACCESS AFFIDAVIT SUBMIT WITH PASS & ID PAPERWORK and NOTE TO APPLICANT: ATTESTATION CONTRACTOR/SUBCONTRACTOR ACCESS AFFIDAVIT SUBMIT WITH PASS & ID PAPERWORK (THIS FORM IS SUBJECT TO THE PRIVACY ACT OF 1974) INSTRUCTIONS 1. Submit one copy to 82 SFS. Original to Employee. This data will be used to screen individuals who have or are seeking access to US Air Force installations or facilities controlled by the US Air Force. Please answer each question. Access will be denied if this questionnaire is incomplete or missing from the Contractor Access Packet. This Information will be used to generate state and federal criminal history records checks. 1. NAME (Last, First, Middle) 2. SEX 3. SSAN 4. DATE OF BIRTH (YYYYMMMDD) 5. RACE 6. SCARS/MARKS/TATTOOS 7. HAIR COLOR 8. EYE COLOR 9. HEIGHT 10. WEIGHT 11. ALIAS 12. DRI VER LICENSE # 13. STATE 14. CURRENT RESIDENCE ADDRESS 15. CITY 16. STATE 17. ZIP CODE 18. COUNTRY PLACE OF BIRTH 19. CITY 20. STATE (If Applicable) 21. COUNTRY 22. CITIZENSHIP 23. RESIDENT ALIEN # OR IMMIGRATION DOCUMENT # and DESCRIPTION PLEASE ANSWER THE FOLLOWING QUESTIONS: YES NO Have you ever been barred from entry/access to any military installation or facility? Are you wanted by federal or civilian law enforcement authorities, regardles of offense or violation (i.e., has a judge issued an order for your arrest? Have you ever been incarcerated for 12 months or longer within the past three years, regardless of offense or violation? Have you ever been convicted of a firearms or explosive violation within the past three years? Have you ever been convicted of espionage, sabotage, treason or terrorism, murder, sexual assault, armed assault or robbery, rape, child molestation, felony drug possession with intent to sell or drug distribution? IF YOU ANSWER YES TO ANY OF THE ABOVE, PLEASE PROVIDE A FULL EXPLANATION: SHEPPARD AFB FORM 150, 20070801 NOTE TO APPLICANT: ATTESTATION I attest to the fact that I have been briefed by my employer and understand the purpose for the contractor background check. I understand the information on this form is being collected in accordance with 50 U.S.C., Section 797, and DoDD 5200.8 federal laws permitting the installation commander to limit access to the installation for security reasons and that this data will be used to screen DoD contractors employees who have or are seeking access to US Air Force installations. I have voluntarily completed this "Form" and shall provide the Air Force a specimen of my fingerprints, if/when requested. I understand that by signing this application, I acknowledge that I have been made aware of and have reviewed the list of Sheppard AFB "Disqualifying Factors" above. I hereby give my consent and authorization for the Air Force to conduct any additional background screenings deemed necessary over the next 24 months, unless other wise directed by 82 CONS, to included comparing/checking my fingerprints against local state, and federal criminal databases. The information I have provided on this application is true, complete, and correct to the best of my knowledge and belief, and is provided in good faith. I understand that a knowing and willfully false statement on this application can be punished by fine or imprisonment or both (18 U.S.C Section 1001). Applicant Signature ________________________________________ Date: ________________ Company Name: _______________________________________________ Privacy Act Statement AUTHORITY: Section 3101 Title 44, United States Code, AFI 33-32, 552A PRINCIPAL PURPOSE(S): The purpose for requesting personal information is to assist police personnel in documenting contractor employee suitability for access to USAF installations. The Social Security Number (SSAN) and Date of Birth (DOB) are necessary to identify the person and records. This information may be used to determine suitability of person desiring access to the installation as well as for lawful purposes including law enforcement and litigation. INTENDED USE: For all contractors and subcontractors who are not authorized a Common Access Card (CAC) and require regular and frequent access to the installation in performance of their official duties DISCLOSURE: Disclosure of requested information is mandatory. Failure to provided information will result in access privileges being refused or withdrawn. The Privacy Act Statement will apply throughout the duration of the Air Force contract while serving in the capacity of prime contractor or subcontractor/supplier employee. AGENCY DISCLOSURE The public reporting burden for this collection of information is estimated to take 3 to 30 days per response, including the timeframe for reviewing instructions, searching existing data sources, gathering and maintaining data needed, and completing and reviewing the collection of information. PASS & ID USE ONLY Approve Disapprove Reason: Local Information SAFB-0031 Addendum to FAR 52.212-4(c) Changes Changes in the terms and conditions of this contract may be made only by written agreement of the parties, except for the following actions: 1. Exercising of Options pursuant to FAR 52.217-8 and FAR 52.217-9, and incorporation of wage determinations in accordance with the Service Contract Act or the Davis Bacon Act. 2. Administrative changes such as the paying office, accounting classifications, in accordance with FAR 43.103(b). 3. Modifications to obligate or de-obligate funds for not to exceed CLINS. 4. Modifications to obligate funds at the beginning of each fiscal year and incremental funding. Local Instruction SAFB-0032 Use Of Cellular Telephones On An Air Force Installation In accordance with Air Force Instruction 31-218(I), para. 4-2c(3), Driver distractions. Vehicle operators on a DOD installation and operators of Government owned vehicles will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Local Information SAFB-0034 Contractor employees are not authorized to use base service establishments such as the Shoppettes (gas stations), Base Exchange, Bowling Alleys, Golf Course, Base Pools, Theaters, or Base Commissary. Contractor employees are authorized to eat at dining facilities with the exception of government dining facilities (mess facilities). Contractor employees who are retired military, a military dependent or Guard/Reserves and in possession of a valid military identification card may use base services as authorized. If an unauthorized civilian is found to be wrongfully using base service establishments, their name will be forwarded to the Wing Commander for appropriate action. Actions can include, but are not limited to, being barred from base, etc. • An assigned rating for the Defense Priorities and Allocations System (DPAS) is not applicable. • All offers are due by 4:00 p.m. (CST) on 27 July 2012 to the following address: 82 CONS/LGCN Attention: A1C Kristopher M. Terrell 206 J Avenue, Bldg 1662 Sheppard AFB, TX 76311-2743 • For any information regarding this solicitation, please contact: A1C Kristopher M. Terrell 940-676-7653 Kristopher.Terrell@sheppard.af.mil _____________________________________ (Required Vendor/POC Signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/F3V4A12179A002-Chemistry-System/listing.html)
 
Place of Performance
Address: Sheppard AFB, Tx, Sheppard AFB, Texas, 76311, United States
Zip Code: 76311
 
Record
SN02846327-W 20120822/120820235200-728251bcef52b869df4f88c9294737c7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.