Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOLICITATION NOTICE

J -- UPS Maintenance - Combined Synopsis

Notice Date
8/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-15-Q-0047
 
Archive Date
9/19/2015
 
Point of Contact
Alphonso C. Smith, Phone: 3256962277, Hilary Ince, Phone: 2106528075
 
E-Mail Address
alphonso.smith.3@us.af.mil, hilary.ince@us.af.mil
(alphonso.smith.3@us.af.mil, hilary.ince@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for a commercial item in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. The solicitation number is FA4661-15-Q-0047. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 effective 02 July 2015, DFAR DPN 20150626 effective 26 June 2015, and AFFARS AFAC 2015-0406 effective 06 April 2015. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. 3. The North American Industry Classification System code (NAICS) is 811310. A Small Business Size Standard for this NAICS code is $7.5M. The Contract Work Hours and Safety Standards Act apply to this acquisition. The applicable Wage Determination number is WD 05-2517 (Rev.-20). 4. Set-aside: None 5. Funds availability - Funds are not presently available for this contract. Please see FAR 52.232-19. 6. Delivery shall be F.O.B. Destination to: 7 CMS 542 2nd St Dyess AFB, TX, 79607 7. Period of Performance: 1 Oct 2015 - 30 Sep 2016 (Base Year) 1 Oct 2016 - 30 Sep 2017 (Option Year 1) 1 Oct 2017 - 30 Sep 2018 (Option Year 2) 1 Oct 2018 - 30 Sep 2019 (Option Year 3) 1 Oct 2019 - 30 Sep 2020 (Option Year 4) 1 Oct 2020 - 31 Mar 2021(Optional 6 month extension) 8. All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 28 Aug 2015. 9. Deadline for receipt of offers: 4 Sep 2015, 2:00 (CST). All quotes can be faxed to 325-696-4078 Attn: Alphonso Smith or via email to alphonso.smith.3@us.af.mil. For any questions call 325-696-2272. 10. Site visit will be 0900 on 1 Sept 2015. 11. The following contract clauses/provisions apply to this acquisition: The provisions that apply to this solicitation are as follows: • FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil (End of Provision) • FAR 52.204-7, System for Award Management • FAR 52.204-16 Commercial and Government Entity Code Reporting • FAR 52.212-1, Instructions to Offerors-Commercial • FAR 52.212-3, Offeror Representations and Certificates (Include a completed copy with RFQ) • FAR 52.214-31, Facsimile Bids • FAR 52.215-1, Instructions to Offerors -- Competitive Acquisition • FAR 52.215-5, Facsimile Proposal • FAR 52.222-25, Affirmative Action Compliance. • FAR 52.237-1, Site Visit • DFARS 252.203-7005, representation Relating to Compensation of Former DoD Officails • DFARS 252.225-7031, Secondary Arab Boycott of Israel Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUL 2013) 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 60 calendar days from the date specified for receipt of offers." (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The government intends to award a contract which is Lowest Priced Technically Acceptable (LPTA ). The following factors in descending order of precedence are: Price Technical Acceptability All offers will be evaluated first on price. The lowest priced offer will be evaluated for technical acceptability on an acceptable/unacceptable basis. A technically acceptable offeror is one that demonstrates their ability to perform the services in accordance with the requirements of the PWS. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) • FAR 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ___________________________________________ ___________________________________________ ___________________________________________ (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are __________ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) • FAR 52.252-2, Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil (End of Clause) • FAR 52.204-9, Personal identity Verification of Contractor Personnel • FAR 52.204-13, System for Award Management • FAR 52.204-19, Incorporation by Reference of Representations and Certifications • FAR 52.212-4, Contract Terms and Conditions-Commercial Items • FAR 52.223-5, Pollution Prevention and Right-to-Know Information • FAR 52.223-6, Drug-Free Workplace • FAR 52.232-1, Payments • FAR 52.232-8, Discounts for Prompt Payment • FAR 52.232-11, Extras • FAR 52.232-18, Availability of Funds. • FAR 52.232-39, Unenforceability of Unauthorized Obligations • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.233-1, Disputes • FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation • FAR 52.243-1, Changes -- Fixed-Price Alt 1 • FAR 52.246-1, Contractor Inspection Requirements. • FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form). • FAR 52.253-1, Computer Generated Forms. • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors • DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials., • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7036, Buy American Act -Free Trade Agreements-Balance of Payments Program • DFARS 252.225-7048, Export-Controlled Items • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.243-7001, Pricing of Contract Modifications. • DFARS 252.244-7000, Subcontracts for Commercial Items • DFARS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) CONTRACT CLAUSES BY FULL-TEXT • FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (May 2015) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2014) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). _X _ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). _X_ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). _X__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 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 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 30 days. (End of Clause) • FAR 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 days 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 5 years, 6 months. (End of Clause) • FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Electronics Technician Maintenance 1 $24.81 (End of Clause) 252.232-7006 Wide Area Work Flow Payment Instructions. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice 2 in 1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection: Government Acceptance: Government (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F8770 Issue By DoDAAC FA4661 Admin DoDAAC FA4661 Inspect By DoDAAC F1R220 Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) F1R220 Service Acceptor (DoDAAC) F1R220 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Alphonso.smith.3@us.af.mil Daniel.hallila@us.af.mil Hilary.ince@us.af.mil Phillip.mccorkle.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Tyler.gustafson.1@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) • 5352.201-9101 OMBUDSMAN OMBUDSMAN (APR 2014) (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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Christopher S. Williams, 129 Andrews Street, Suite 102, Langley AFB VA 23665-2769, phone: (757)764-6512 fax: (757)764-4400 email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) • AFFAR 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: and Government personnel performing or in any way coming in contact with the performance of this contract; and (b) 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 (AFOSH) Standards 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. (End of clause) • AFFAR 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, 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, Integrated Defense, 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) • 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with 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 [insert any additional requirements to comply with AFI 31-101, Integrated Defense, 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) Complete the Offeror's Information and Price Schedule. All quotes must include the following general information: Offeror Name & Address: POC: CAGE: Phone: DUNS: Fax: Tax ID: E-Mail ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 0001 Uninterrupted Power Supply System (UPS) Emergency Maintenance in accordance with Performance Work Statement. Service period 1 OCT 15 - 30 SEP 16 1 Lot $ $ 0002 Uninterrupted Power Supply System (UPS) UPS Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 15 - 30 SEP 16 1 Ea $ $ 0003 Uninterrupted Power Supply System (UPS) Battery Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 15 - 30 SEP 16, 1 Ea $ $ 0004 Uninterrupted Power Supply System (UPS) Battery Partial Replacement/Ancillary Equipment in accordance with Performance Work Statement. Service period 1 OCT 15 - 30 SEP 16, 1 Lot NTE $ $ 1001 Uninterrupted Power Supply System (UPS) Emergency Maintenance in accordance with Performance Work Statement. Service period 1 OCT 16 - 30 SEP 17 1 Lot NTE $ $ 1002 Uninterrupted Power Supply System (UPS) UPS Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 16 - 30 SEP 17 1 Ea $ $ 1003 Uninterrupted Power Supply System (UPS) Battery Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 16 - 30 SEP 17, 1 Ea $ $ 1004 Uninterrupted Power Supply System (UPS) Battery Partial Replacement/Ancillary Equipment in accordance with Performance Work Statement. Service period 1 OCT 16 - 30 SEP 17 1 Lot NTE $ NTE $ 2001 Uninterrupted Power Supply System (UPS) Emergency Maintenance in accordance with Performance Work Statement. Service period 1 OCT 17 - 30 SEP 18 1 Lot NTE $ NTE $ 2002 Uninterrupted Power Supply System (UPS) UPS Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 17 - 30 SEP 18 1 Ea $ $ 2003 Uninterrupted Power Supply System (UPS) Battery Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 17 - 30 SEP 18 1 Ea $ $ 2004 Uninterrupted Power Supply System (UPS) Battery Partial Replacement/Ancillary Equipment in accordance with Performance Work Statement. Service period 1 OCT 17 - 30 SEP 18 1 Lot NTE $ NTE $ 3001 Uninterrupted Power Supply System (UPS) Emergency Maintenance in accordance with Performance Work Statement. Service period 1 OCT 18 - 30 SEP 19 1 Lot NTE $ NTE $ 3002 Uninterrupted Power Supply System (UPS) UPS Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 18 - 30 SEP 19 1 Ea $ $ 3003 Uninterrupted Power Supply System (UPS) Battery Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 18 - 30 SEP 19 1 Ea $ $ 3004 Uninterrupted Power Supply System (UPS) Battery Partial Replacement/Ancillary Equipment in accordance with Performance Work Statement. Service period 1 OCT 18 - 30 SEP 19 1 Lot $ $ 4001 Uninterrupted Power Supply System (UPS) Emergency Maintenance in accordance with Performance Work Statement. Service period 1 OCT 19 - 30 SEP 20 1 Lot $ $ 4002 Uninterrupted Power Supply System (UPS) UPS Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 19 - 30 SEP 20 1 Ea $ $ 4003 Uninterrupted Power Supply System (UPS) Battery Preventative Maintenance in accordance with Performance Work Statement. Service period 1 OCT 19 - 30 SEP 20 1 Ea $ $ 4004 Uninterrupted Power Supply System (UPS) Battery Partial Replacement/Ancillary Equipment in accordance with Performance Work Statement. Service period 1 OCT 19 - 30 SEP 20 1 Lot $ $ 5001 Uninterrupted Power Supply System (UPS) Emergency Maintenance in accordance with Performance Work Statement. 6 month extension. Service period 1 OCT 20 - 31 MAR 21 1 Lot $ $ 5002 Uninterrupted Power Supply System (UPS) UPS Preventative Maintenance in accordance with Performance Work Statement. 6 month extension. Service period 1 OCT 20 - 3 MAR 21 1 Ea $ $ 5003 Uninterrupted Power Supply System (UPS) Battery Preventative Maintenance in accordance with Performance Work Statement. 6 month extension. Service period 1 OCT 20 - 31 MAR 21 1 Ea $ $ 5004 Uninterrupted Power Supply System (UPS) Battery Partial Replacement/Ancillary Equipment in accordance with Performance Work Statement. 6 month extension. Service period 1 OCT 20 - 31 MAR 21 1 Lot $ $ TOTAL AMOUNT $ $ PERIOD OF PERFORMANCE: The period of performance for this service is 30 Sep 2015 to 29 Sep 2016 This performance period is 1 mandatory, 0 negotiable. NOTE: If the "negotiable" block is checked, please complete the following if you disagree with aforementioned performance period: 0 Request performance period be changed to:______________________________________ PAYMENT TERMS & DELIVERY: The Government shall consider your "DISCOUNT TERMS" to be NET 30 unless following block is marked and filled-in completely: 0 Use the following DISCOUNT TERMS for this offer:______% ______ days; Net 30 The Government shall consider this offer to be FOB Destination unless following block is marked and filled-in completely: 0 FOB Origin Other: N/A ADDITIONAL INFORMATION (for Offeror Use): 2 Attachments (1) PWS, 29 Jun 2016, 14 pages (2) Wage Grade Determination, 14 July 2015, 24 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-15-Q-0047/listing.html)
 
Place of Performance
Address: 7 CMS, 542 2nd St, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN03850356-W 20150823/150821235810-797fb4f3e97f3517b6d9d9351be0b81c (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.