Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
SOLICITATION NOTICE

84 -- Running Shoes - Attachment 3 - Attachment 2 - Attachment 1

Notice Date
1/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700018T0017
 
Archive Date
3/1/2018
 
Point of Contact
Sharon D. Scheetz, Phone: 7193338927, Sharon D. Scheetz, Phone: 7193338927
 
E-Mail Address
sharon.scheetz@us.af.mil, sharon.scheetz@us.af.mil
(sharon.scheetz@us.af.mil, sharon.scheetz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Running Shoe Purchase Description Bar Code sample FAR 52.212-3 Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) in accordance with FAR parts 12 & 13 under solicitation number FA700018T0017. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 6 Nov 2017. This solicitation is unrestricted. The associated North American Industry Classification System (NAICS) is 316210, the Product Service Code (PSC) is 8430, and the business size standard is 1,000 employees. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below. It is the quoter's responsibility to ensure their quote meets all the requirements identified herein. I. DESCRIPTION OF REQUIREMENTS Line Item Quantity / Unit of Measure 0001 - Men's Running Shoes 1,207 pair (pr.) Required sizes, quantities, and associated stock numbers: Stock Number Size Quantity 8430L9110217000 6-1/2 M 4 pr 8430L9110227000 7 D 6 pr 8430L9110237000 7 ½ D 3 pr 8430L9110247000 8 D 12 pr 8430L9110257000 8-1/2 D 40 pr 8430L9110267000 9 D 70 pr 8430L9110272000 9 EE 12 pr 8430L9110271000 9 1/2 EE 12 pr 8430L9110277000 9-1/2 D 80 pr 8430L9110273000 9-1/2 W 30 pr 8430L9110287000 10 D 130 pr 8430L9110297000 10-1/2 D 180 pr 8430L9110307100 10-1/2 W 20 pr 8430L9110281000 10EEEE 10 pr 8430L9110307000 11 D 120 pr 8430L9110317000 11-1/2 D 100 pr Stock Number Size Quantity 8430L9110312000 11-1/2 EE 20 pr 8430L9110311000 11- 1/5 W 10 pr 8430L9110327000 12 D 150 pr 8430L9110130000 12 XW 3 pr 8430L9110337000 12-1/2 D 60 pr 8430L9110347000 13 D 80 pr 8430L9110342000 13EE 4 pr 8430L9110341000 13EEEE 4 pr 8430L9110357000 14 D 35 pr 8430L9110347100 14 EE 4 pr 8430L9110367000 15 D 6 pr 8430L9110377000 16 D 2 pr 0002 - Women's Running Shoes 291 pair (pr.) Required sizes, quantities, and associated stock numbers: Stock Number Size Quantity 8430L9110017000 5-1/2 M 4 pr 8430L9110027000 6M 24 pr 8430L9110037000 6-1/2 M 25 pr 8430L9110047000 7M 36 pr 8430L9110057000 7-1/2 M 24 pr 8430L9110067000 8 M 30 pr 8430L9110077000 8-1/2 M 30 pr 8430L9110097000 9 M 40 pr 8430L9110087000 9-1/2 M 36 pr 8430L9110107000 10 M 2 pr 8430L9110107100 10 W 20 pr 8430L9110111000 10 ½ M 12 pr 8430L9110110001 11 M 6 pr 8430L9110120000 11XW 2 pr Each line item listed above must be manufactured to meet the salient characteristics listed the attached USAFA product description (PD) and comply with the Buy American statute (41 U.S.C. chapter 83). It is the USAF Academy's preference/intent to acquire only domestic end products per the Buy American statute, except as provided in FAR 25.103. Foreign quotes will be evaluated per DFARS 225.502 when comparing domestic and foreign quotes. This requirement is for commercial off-the-shelf items, therefore; the manufacturing country of origin will determine if items are foreign or domestic. The following USAFA PD is attached to this solicitation: USAFA PD 252, Shoes, Running, USAFA Cadet Athletic, dated 6 October 2009 (attachment #1). Delivery. The delivery schedule for each line item is as follows: Line item 0001 & 0002 - Delivery of all items due no later than 1 June 2018. All items shall be delivered to: The FOB point is destination. Any applicable shipping costs must be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. The Government will not consider quotes that are a FOB point other than destination. II. SOLICITATION INSTRUCTIONS 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". All instances of the word "award" should be understood as "purchase order". 2. The provision at FAR 52.212-1, Instructions to Offerors-Commercial (Jan 2017), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of offers. FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quotes via e-mail or fax to: 10th Contracting Squadron 10 CONS/PKB, Attn: Sharon Scheetz 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315. Email address is sharon.scheetz@us.af.mil or shaun.bright@us.af.mil Phone number is (719) 333-8927. Fax number is (719) 333-9075. (2) Quotes must be submitted by 21 Feb 2018, 4:00 p.m. Mountain Standard Time. b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Multiple awards. FAR 52.212-1(h) is amended as follows: "The Government will award a contract on an "all or none" basis, multiple awards shall not be contemplated." d. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 5 days prior to closing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions may be emailed to the point of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number. e. Quotation preparation instructions: (1) General Instructions. Include a point-of-contact name, address, e-mail, and telephone number and your CAGE code and DUNS number with your quote. The contracting officer is not responsible for locating or obtaining any information not identified in the quote. The Government may not consider quotes that fail to include all of the information requested in this solicitation. (2) Specific Instructions. Quotes shall consist of three parts, as identified below. (a) PRICE QUOTATION. Submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms, any discounts, and payment terms (e.g., Net 30) with the price quote. (b) TECHNICAL INFORMATION/DESCRIPTIVE LITERATURE. Quoters must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the salient characteristics listed in USAFA PD 252, dated 6 October 2009. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each salient characteristic listed. Descriptive literature information such as illustrations, drawings, or a clear reference, such as a web site information should be readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. If a quoter cannot comply with every requirement, the quote may not be considered. (c) CONTRACT DOCUMENTATION. (i) Quoters must include a completed copy of the provision at FAR 52.213-3, Offerors Representations and Certifications (Nov 2017), Alt I (Oct 2014) with their quote or a statement that their Representation and Certification was completed in the System of Award Management (SAM) (https://www.sam.gov). This provision is included as attachment #3 to this solicitation. (ii) Quotes must include a completed copy of the following provisions that require fill-in text (identified in section III of this solicitation): DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate--Basic (Nov 2014). (iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3. The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical, and Past Performance. ADDENDA TO FAR 52.212-2: a. FAR 52.212-2(c) is not applicable to this solicitation. b. BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR parts 12 and 13. The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government. Quotes will be evaluated as described below. (1) Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. (2) Price Evaluation. The total evaluated price will be determined by adding together the extended amounts quoted for each line item. The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price. If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. No advantage will accrue to a vendor who submits a quote for an unreasonably low price. The lowest price quote may not necessarily be selected. Failure to propose for any line item may cause the vendor's quote may be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness of the quoted price. (3) Technical Evaluation. The technical information/descriptive literature will be evaluated on a pass/fail basis to determine if the items quoted meets or exceeds the salient characteristics listed in USAFA PD 252, dated 6 Oct 09 (attachment #1). (4) Past Performance Evaluation. The past performance evaluation will be based on the contracting officer's knowledge of and previous experience with the supplies being acquired and data obtained from the Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) under PSC 8415. A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in PPIRS-SR under the PSC of the items being purchased. (4) Best Value Decision. The contracting officer shall evaluate quotes considering price, technical information/descriptive literature, and past performance information. The contracting officer will submit an offer to the quoter whose quote represents the best value to the Government. 4. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: a. 52.212-4(a) Inspection/Acceptance is supplemented as follows: (3) Inspection and acceptance will be accomplished by the Cadet Store Officer or his/her authorized representative as the technical representative for the Contracting Officer for the purpose of technical surveillance of workmanship and conformance with garment specifications. (4) Acceptance shall take place after the inspection has been completed. b. Text in 52.212-4(c) is deleted and replaced with the following: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). c. The following explanatory notes are supplemented to the clause as follows: (w) Explanatory notes. (1) BAR CODES. (i) An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size and a brief description, compatible with the Government's UPC Code 39 system, shall be affixed to each package and on each shipping carton of two (2) each. If it should become necessary to mix sizes within the shipping carton, barcode labels for each size shall be affixed to that shipping carton. The barcode labels shall all be placed in the same place on each box, without exception. (ii) A sample bar code is attached (attachment #2): (iii) A sample bar code label for each type of shoe shall be submitted to the Contracting Officer for approval within ten calendar days after contract award. Submittals shall be made to: 10 CONS/PKB Attn: Sharon Scheetz/Shaun Bright 8110 Industrial Drive, Suite 200 USAF Academy CO 80840-2315 (iii) The national stock numbers (NSN) for all shoes sizes are listed in the applicable contract line item (CLIN) description. (2) PACKAGING AND MARKING. (i) Shipping carton(s) shall be marked to indicate the title of the contract (i.e., Running Shoes), the contract number, and contractor's name and the national stock number (NSN). Each carton shall be - MARKED FOR: FX7000 and each carton shall have the shipping address. (ii) A packing list shall be placed within box one of all shipments under this contract. The packing list shall clearly identify the total contents of the shipment, and shall break down the contents of each numbered box. (3) HOURS OF DELIVERY. Delivery of items under this contract shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified in the contract. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays, as shown below: New Year's Day - 1 January Martin Luther King's Birthday - Third Monday in January Washington's Birthday (President's Day) - Third Monday in February Memorial Day - Last Monday in May American Independence Day - 4 July Labor Day - First Monday in September Columbus Day - Second Monday in October Veterans Day - 11 November Thanksgiving Day - Fourth Thursday in November Christmas Day - 25 December In the event a holiday falls on Saturday, the preceding Friday is observed as the holiday. If a holiday falls on a Sunday, the following Monday is observed as the holiday. III. ADDITIONAL TERMS AND CONDITIONS. The contracting officer has determined the following terms and conditions to be necessary for this acquisition. The full text of each clause and provision can be viewed at http://farsite.hill.af.mil/vmfara.htm (FAR) and http://farsite.hill.af.mil/vmdfara.htm (DFARS). 1. The following FAR clauses are incorporated by reference: Clause number Title 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 2. The following DFARS clauses are incorporated by reference: Clause number Title 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2017) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 3. The following clauses are provided in full text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) (Nov 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, 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 (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) __X__ (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). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 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). (xx) 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. (xxi) 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) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Vendor must use the "Stand Alone" Invoicing option only. The Government's receipt and acceptance will not be accomplished through WAWF, therefore, the 2-in-1 invoicing or combo function must not be used. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (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 F67100 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Inspect By DoDAAC FX7000 Ship To Code FX7000 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. sharon.scheetz@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. sharon.scheetz@us.af.mil. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the 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 ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: james.anderson@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) 4. The following DFARS provisions are incorporated by reference: Provision number Title 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-7011 Alternative Line-Item Structure (Sep 2011) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.225-7031 Secondary Arab Boycott Of Israel (Jun 2005) 3. The following provisions have fill-in text that must be completed by the quoter and submitted with their quote: 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) IV. ATTACHMENTS TO THIS SOLICITATION. 1. USAFA PD 252, Shoes, Running, USAFA Cadet Athletic, dated 6 October 2009, 5 pages 2. Bar Code Sample, 1 page 3. FAR 52.212-3 provision, 19 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700018T0017/listing.html)
 
Place of Performance
Address: 10 MSG LGRMC - FX7000, MITCHELL HALL ANNEX, BLDG 2351, USAF Academy, CO 80840, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04803794-W 20180201/180130230921-0754a742e75fc151bcd020c951588d75 (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.