Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2013 FBO #4408
SOLICITATION NOTICE

U -- High Stakes Negotiation Training - Performance Work Statement - FA5270-14-Q-0003

Notice Date
12/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-14-Q-0003
 
Point of Contact
Tessa L. Durant, Phone: 3156347506, Anthony W. Mattera, Phone: 6341851
 
E-Mail Address
tessa.durant@us.af.mil, anthony.mattera@us.af.mil
(tessa.durant@us.af.mil, anthony.mattera@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please see attached for solicitation. Please see attached for PWS. (i) 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. (ii) The solicitation, FA5270-14-Q-B003 is being issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71. (iv) This procurement is being issued as FIRM FIXED PRICE, and NOT set-aside. North American Industrial Classification Standard (NAICS)code is 611430 (v) See attachment for a list of contract line item number and items, quantities and units of measure. (vi) See attachment for description of requirements for the items to be acquired. (vii) See attachment for date and place of delivery and acceptance and FOB point. (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Delivery and Price (x) The clause at 52.212-3, Offeror Representations and Certifications -- Commercial Items, along with Alternate I. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item applies to this acquisition. In addition, the following provisions and clauses apply under FAR 52.212-5 FAR: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.223-15 Energy Efficiency in energy-Consuming Product; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation 252.204-7004 Alt A System for Award Management; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7008 Assignment of Claims (Overseas); 252.247-7023 Alt III Transportation of Supplies by Sea (xiii) Addendum to FAR 52.212-4: Requirements Relating to Compensation of Former DoD Official (IAW DFAR 252.203-7003) ; Electronic Submission of Payment Requests (IAW DFAR 252.232-7003); Transportation of Supplies by Sea, Alternate III (IAW DFAR 252.247-7023). 252.225-7042 Authorization to Perform (1) FAR 52.212-4 paragraph (k), is changed to read: TAX EXEMPTION CERTIFICATE The contractor will submit requests for gasoline or diesel oil tax exemption certificates to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to certify the accurate consumption o gasoline or diesel, or other necessary information and data as may be required. The Contracting Officer will issue to the contractor a Tax Exemption Certification for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. The contractor shall claim all tax and customs exemptions as listed in paragraph "EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT". EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT (a) Paragraph 2, Article XI of the Status of Forces Agreement between Japan and the United States, authorizes the United States entry into Japan free from Japanese customs duties and all other charges on materials, supplies and equipment imported for the official use of the United States Armed Forces or for the exclusive use of such forces or ultimately to be incorporated into articles or facilities used by such forces. (b) Paragraph 3, Article XII of said Status of Forces Agreement, authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Currently, these taxes are: (1) Gasoline tax and local road tax on gasoline; (2) Diesel oil tax; (3) Liquefied petroleum tax, and (4) consumption tax. (c) If you are the successful offeror, the Contracting Officer or his authorized representative will issue customs or tax exemption taxes in accordance with procedures agreed upon between the Government of Japan and the United States of America. Tax exemption certificates for either at the end of each month or upon termination of the contract. These can be applied against future purchases of motor fuel. They will be issued only to you as the prime contractor, so, if you employ a subcontractor or supplier who uses motor fuel, you must purchase the motor fuel to secure the exemption. (d) List below the customs duties or taxes which have been excluded from your proposal as required by the Taxes Clause. Contractor must claim all customs and tax exemptions to which the U.S. Government is entitled. Type of Commodity and Amount of Duty or Tax Percentage of Tax Excluded in Yen (¥) (1) Customs Duties _________ _________ (2) Taxes: (a) Gasoline tax and local road tax on gasoline ___________ _________ (b) Diesel oil tax ________________ __________________ (c) Liquefied petroleum tax _______________ __________________ (d) Consumption tax ________________ __________________ FAR 52.212-4 paragraph (t), is changed to read: REQUIRED INSURANCE (In addition to that required by Japanese Law) (a) The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance on each vehicle used by the Contractor at the work site: Type: Automobile Property Damage Insurance Amount: ¥3,000,000 or Dollar equivalent Bodily Injury Insurance Amount: ¥30,000,000 or Dollar equivalent All vehicles must be properly inspected/insured in accordance with Japanese Compulsory Insurance (JCI) requirements. (b) Prior to the commencement of work hereunder, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the U.S. Government in such insurance shall not be effective for such period as may be prescribed by the laws of the state in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. (c) The Contractor agrees to insert the substance of this clause, including this Paragraph (c) in all subcontracts hereunder. (End of provision) FAR 52.212-4 paragraph (u), is changed to read: In accordance with FAR 52.233-2 SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 18 CONS/LGCB Unit 5199, Bldg 95, Kadena AB APO, AP 96368 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) (w) AFFARS 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsman, CMSgt Gene L. Eastman, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, Phone Number (808) 449-8567, Facsimile Number (808) 449-8572, Gene.Eastman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (x) 5352.242-9000 - Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (y) Wide-Area Work Flow Clause (WAWF) SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's 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 company's electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company's 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, your company 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 Defense Finance Accounting Services (DFAS) Air Force Pacific at 011-81-3117-55-3068. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create one of the following: [ X ] "2-n-1 format" for services only [ ] "Invoice and Receiving Report (Combo) [ ] "Invoice " for medical supplies [ ] "Construction Invoice" for construction THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5270 ADMIN DODAAC: FA5270 INSPECT BY DODAAC: W91NJ2 SERVICE ACCEPTOR: W91NJ2 "SHIP TO" DODAAC: W91NJ2 PAY OFFICE DODAAC: F68800 ADDING CLINs To input the line item for the invoice, the following codes will be required to Add CLIN/SLIN: Structure your CLINs as follows: Example: Item No. 0001 Stock Part No. Type SUP Qty provided 5062 Unit GL Unit Price $2.00 Description LP Gas ACRN AA Final Payment Y Final Invoice Y INVOICE SUBMISSION Return to the Header tab, then click ‘Create Document'. This will then bring up the completed invoice for review. Once reviewed for accuracy, click ‘SUBMIT'. The Receiving Report document will appear and will look similar to the invoice. Click ‘SUBMIT'; this will bring up a screen that will identify the email addresses the newly-created documents will be sent. Just above the ‘Return' and ‘Page Help' buttons, you will see "Send More Email Notifications". Notice to Contractor: WAWF will prompt asking for ‘additional e-mail submissions" after clicking "SIGNATURE". The following E-Mail addresses MUST be input in order to prevent delays in processing: Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 18 CONS.WAWF@kadena.af.mil SERVICE ACCEPTOR/INSPECTOR: steven.j.thompson@soc.mil CONTRACT ADMINISTRATOR: tomoko.hanashiro.jp@us.af.mil Mark "SEND" for each, then "SUBMIT". Also, see attachment for additional contract requirement or terms and conditions (xiv) There is no assigned DPAS rating. (xv) See attachment for the date, time and place offers are due. (xvi) See attachment for the name and telephone number of the individual to contact for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-14-Q-0003/listing.html)
 
Place of Performance
Address: Bldg #100, Torii Station, Okinawa, Japan, Japan
 
Record
SN03253893-W 20131219/131218000031-b4b1c00786bfa3c5a092b1a04469b225 (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.