MODIFICATION
D -- Wireless Upgrade
- Notice Date
- 8/28/2018
- Notice Type
- Modification/Amendment
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-18-Q-5721
- Archive Date
- 9/19/2018
- Point of Contact
- Justin P. Wise, Phone: 7856460852
- E-Mail Address
-
justin.p.wise2.mil@mail.mil
(justin.p.wise2.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose for this amendment is to: 1. Extend the solicitation response time to September 4, 2018 at 5:00pm CST. 2. Provide answers to questions received. NOTE - The Q/A portion of this solicitation has ended an no more questions will be accepted. NOTE: Drawings for the buildings at the Salina locations will be provided in a future amendment. Qustions and Answers: Q1. What models of Wireless Access Points are required and quantity for each site? A1: The requirement is to have wireless capability at each of the locations specified in the solicitation. This is a performance based acquisition; there may be many models and quantities of Wireless Access Points that may work. It is up to the Contractor to provide a technically acceptable proposal. The Government will award to the Contractor who proposes a technically acceptable proposal for the lowest price. Q2. What is the required bandwidth at each location? A2: Bandwidth range will be 20 mb/s to 200 mb/s 912JC-18-Q-5721 Combined Synopsis/Solicitation - Wireless Network Capability Upgrade for Kansas National Guard (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. This contract will be awarded to the vendor that provides the lowest price and proposes items that are technically acceptable to the Government (LPTA). This will be a Firm Fixed Price (FFP) contract. (ii) This solicitation #W012JC-18-Q-5721 is issued as a Request for Proposal (RFP). (iii) Federal Acquisition Circular: This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99 effective as of 18 June 2018. (iv) NAICS code: The corresponding NAICS code for this solicitation is 517919 "Internet Service Providers, using client-supplied telecommunications" with a size standard of $32.5 Million. An Offeror must be registered on the System for Award Management (SAM) before an award could be made to them. If a company is not registered in SAM, they must do so by going to SAM web site (https://www.sam.gov) and registering prior to submission of a proposal. This requirement is being advertised as an UNRESTRICTED requirement with no set asides. (v) Contract Line Items: The purpose of the following contract line items is to upgrade the network capability at several locations throughout the state of Kansas for the Kansas Army National Guard. Network capability upgrades will include the installation of equipment necessary to provide wireless network coverage throughout the National Guard buildings indicated below. Additionally, the selected contractor will provide annual INTERNET services to these locations. The Government intends to begin immediate upgrades at four (4) locations with the Option to select one other site that include two additional buildings. The Government will have the Option Extend INTERNET services at these locations for two (2) additional years. LIST OF ATTACHMENTS Attachment 0001 - DOL Wage Determination Attachment 0002 - Lenexa Floor Plan Attachment 0004 - Lawrence Floor Plan Attachment 0005 - Manhattan Floor Plan ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job Wireless Installation - Lenexa FFP 1. Install and maintain contractor owned WiFi coverage and any associated supporting equipment for all locations marked "X" at no more than -70 dBm signal strength (acceptable signal strength). (SEE ATTACHMENT) Lenexa National Guard Armory: 18200 W 87th Street, Lenexa, KS 66219 FOB: Destination PSC CD: D304 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Job Wireless Service - Lenexa FFP Lenexa National Guard Armory: 18200 W 87th Street, Lenexa, KS 66219 Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION - 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Job Wireless Installation - Salina 450 FFP 1. Install and maintain contractor owned WiFi coverage and any associated supporting equipment for all locations marked "X" at no more than -70 dBm signal strength (acceptable signal strength). Salina National Guard Building 450: Near - 2930 Scanlan Avenue, Salina, KS 67401 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Job Wireless Service - Salina 450 FFP SEE CLIN 0003 for Location. Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Job OPTION Wireless Installation - Salina 320, 365 FFP 1. Install and maintain contractor owned WiFi coverage and any associated supporting equipment for all locations marked "X" at no more than -70 dBm signal strength (acceptable signal strength). Salina National Guard Building 320, 365: Near - 2930 Scanlan Avenue, Salina, KS 67401 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Job OPTION Wireless Service - Salina 320, 365 FFP SEE CLIN 0005 for Location. Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Job OPTION Wireless Installation - Lawrence FFP 1. Install and maintain contractor owned WiFi coverage and any associated supporting equipment for all locations marked "X" at no more than -70 dBm signal strength (acceptable signal strength).(SEE ATTACHMENT). National Guard Building 200 Iowa St, Lawrence, KS 66044 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Job OPTION Wireless Service - Lawrence FFP SEE CLIN 0007 for Location. Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Job OPTION Wireless Installation - Manhattan FFP 1. Install and maintain contractor owned WiFi coverage and any associated supporting equipment for all locations marked "X" at no more than -70 dBm signal strength (acceptable signal strength).(SEE ATTACHMENT). National Guard Building 721 Levee Drive, Manhattan, KS 66502 FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 1 Job OPTION Wireless Service - Manhattan FFP SEE CLIN 0009 for Location. Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 1 Job OPTION Wireless Service - Lenexa (FY19) FFP Lenexa National Guard Armory: 18200 W 87th Street, Lenexa, KS 66219 Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION - (FY19) 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 1 Job OPTION Wireless Service - Salina 450 (FY19) FFP SEE CLIN 0003 for Location. (FY19) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 1 Job OPTION Wireless Service - Salina 320, 365 FY19 FFP SEE CLIN 0005 for Location. (FY19) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1004 1 Job OPTION Wireless Service - Lawrence (FY19) FFP SEE CLIN 0007 for Location. (FY19) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 1 Job OPTION Wireless Service - Manhattan (FY19) FFP SEE CLIN 0009 for Location. (FY19) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 1 Job OPTION Wireless Service - Lenexa (FY20) FFP Lenexa National Guard Armory: 18200 W 87th Street, Lenexa, KS 66219 Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION - 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 1 Job OPTION Wireless Service - Salina 450 (FY20) FFP SEE CLIN 0003 for Location. (FY20) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 1 Job OPTION Wireless Service - Salina 320, 365 FY20 FFP SEE CLIN 0005 for Location. (FY20) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 1 Job OPTION Wireless Service - Lawrence (FY20) FFP SEE CLIN 0007 for Location. (FY20) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2005 1 Job OPTION Wireless Service - Manhattan (FY20) FFP SEE CLIN 0009 for Location. (FY20) Provide wireless service at location for up to 12 months. THIS CLIN MAY NOT BE BILLED UNTIL WIRELESS SERVICES ARE PROVIDED TO THIS LOCATION. 1. Service gateway (internet service) separate from existing WAN, manage it, and pay any bills associated with providing this service. 2. Provide lifecycle replacements for end of support equipment and repair or replace equipment that does not function within 5 business days. 3. Provide MAC rejection for problem users and allow basic content filtering. 4. Centralized key management and quarterly rotating keys. FOB: Destination NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government N/A Government 0003 Destination Government N/A Government 0004 Destination Government N/A Government 0005 Destination Government N/A Government 0006 Destination Government N/A Government 0007 Destination Government N/A Government 0008 Destination Government N/A Government 0009 Destination Government N/A Government 0010 Destination Government N/A Government 0011 Destination Government N/A Government 0012 Destination Government N/A Government 0013 Destination Government N/A Government 0014 Destination Government N/A Government 0015 Destination Government N/A Government 0016 Destination Government N/A Government 0017 Destination Government N/A Government 0018 Destination Government N/A Government 0019 Destination Government N/A Government 0020 Destination Government N/A Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE 0001 POP 20-SEP-2018 TO 20-DEC-2018 N/A DAVID STICKELMAN DAVID STICKELMAN 2800 S TOPEKA BLVD TOPEKA KS 66611-1287 785-274-1441 FOB: Destination W91BT1 0002 POP 20-SEP-2018 TO 19-SEP-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0003 POP 20-SEP-2018 TO 20-DEC-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0004 POP 20-SEP-2018 TO 19-SEP-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0005 POP 20-SEP-2018 TO 20-DEC-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0006 POP 20-SEP-2018 TO 19-SEP-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0007 POP 20-SEP-2018 TO 20-DEC-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0008 POP 20-SEP-2018 TO 19-SEP-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0009 POP 20-SEP-2018 TO 20-DEC-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0010 POP 20-SEP-2018 TO 19-SEP-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0011 POP 20-SEP-2019 TO 19-SEP-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0012 POP 20-SEP-2019 TO 19-SEP-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0013 POP 20-SEP-2019 TO 19-SEP-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0014 POP 20-SEP-2019 TO 19-SEP-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0015 POP 20-SEP-2019 TO 19-SEP-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0016 POP 20-SEP-2020 TO 19-SEP-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0017 POP 20-SEP-2020 TO 19-SEP-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0018 POP 20-SEP-2020 TO 19-SEP-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0019 POP 20-SEP-2020 TO 19-SEP-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 0020 POP 20-SEP-2020 TO 19-SEP-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91BT1 CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2016 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.217-4 Evaluation Of Options Exercised At The Time Of Contract Award JUN 1988 52.217-5 Evaluation Of Options JUL 1990 52.217-7 Option For Increased Quantity-Separately Priced Line Item MAR 1989 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.227-7015 Technical Data--Commercial Items FEB 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.239-7010 Cloud Computing Services OCT 2016 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7008 Sources of Electronic Parts MAY 2018 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 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: Technical acceptability is significantly more important than price. The Government will award the contract to the vendor that demonstrates the technical understanding of the requirement and provides the lowest price. (LPTA). (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) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2018) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 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: (Contracting Officer check as appropriate.) ___ (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 (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (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. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 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 2014) (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 Set-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 (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9. ____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate III (Nov 2016) of 52.219-9. ____ (v) Alternate IV (Nov 2016) 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 (JAN 2017) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting 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 (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (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 2018) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). ____ (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 (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693). ____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____ (47) (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. ____ (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. ____ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ____ (60)(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: (Contracting Officer check as appropriate.) _____(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 2015) (E.O. 13658). _____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xiii) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 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.) (xv) 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) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 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. (xxii) 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) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 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). Invoice Only (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Jennifer Heller jennifer.m.heller3.mil@mail.mil (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 HQ0670 Issue By DoDAAC W912JC Admin DoDAAC W912JC Inspect By DoDAAC W91BT1 Ship To Code W91BT1 Ship From Code W91BT1 Mark For Code W91BT1 Service Approver (DoDAAC) W91BT1 Service Acceptor (DoDAAC) W91BT1 Accept at Other DoDAAC W91BT1 -------------------------------------------------------------------------------------------- (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. POC: Jennifer Heller - Receiving Unit jennifer.m.heller3.mil@mail.mil Jesica Cox - Accounts Payable Supervisor Jessica.e.cox@us.army.mil Local Finance ksexam@ng.army.mil Karen Robben - Contracting Officer karen.l.robben.civ@mail.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. Jack Gunselman - Vendor Pay Jack.s.gunselman.civ@mail.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-18-Q-5721/listing.html)
- Place of Performance
- Address: Various locations throughout Kansas., United States
- Record
- SN05059614-W 20180830/180828231251-be9139c70013fea5a62fb04c9a1a8d55 (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 |