Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

G -- Intramural and Youth Sports Officials - Intramural Sports PWS - Youth Sports PWS - Area Wage Determination - Past Performance Questionnaire

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3778171AW03
 
Archive Date
10/2/2018
 
Point of Contact
Timothy J. Cobb, , Arthur L. Morales,
 
E-Mail Address
timothy.j.cobb21.mil@mail.mil, arthur.l.morales.mil@mail.mil
(timothy.j.cobb21.mil@mail.mil, arthur.l.morales.mil@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Past Performance Questionnaire Area Wage Determination Youth Sports PWS Intramural Sports PWS COMBINED SYNOPSIS/SOLICITATION For Intramural and Youth Sports Officials This is a combined synopsis/solicitation for Intramural and Youth Sports Official Services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined notice; a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposal (RFQ). This combined synopsis document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 Correction, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20180824, and Air Force Acquisition Circular (AFAC) 2018-0525. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This requirement is 100% Woman Owned Small Business Set-Aside The North American Industry Classification System (NAICS) code is 711219, Other Spectator Sports, with an $11M size standard. The offeror must propose on an all or none basis. Written proposals are required (oral offers will not be accepted). The Government intends to issue a Firm Fixed Price contract for this requirement. LINE ITEM Offerors shall utilize the below chart and fill in the requested information. Base Year 1 October 2018 to 31 July 2019 CLIN # DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0001 Volleyball: (1) official & (1) scorekeeper provided for all contests 95 EA 0002 Softball: (1) official & (1) scorekeeper provided for all contests 200 EA 0003 Soccer: (2) official provided for all contests 90 EA 0004 Youth Baseball: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 (2) officials 30 EA 0005 Flag Football: (3) official & (1) downs marker provided for all contests 150 EA 0006 Varsity Basketball: (2) official & (1) scorekeeper provided & (1) timer for all contests 10 EA 0007 Basketball: (2) official & (1) scorekeeper provided & (1) timer for all contests 125 EA 0008 Youth Soccer: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 and 15-18 (2) officials 40 EA 0009 Youth Basketball: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 and 15-18 (2) officials 50 EA 0010 Youth Flag Football: (2) official provided for all contests 30 EA 0011 Special Sporting Events 1 Lot TOTAL Option Year I 1 August 2019 - 31 July 2020 CLIN # DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1001 Volleyball: (1) official & (1) scorekeeper provided for all contests 80 EA 1002 Softball: (1) official & (1) scorekeeper provided for all contests 200 EA 1003 Soccer: (2) official provided for all contests 90 EA 1004 Youth Baseball: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 (2) officials 30 EA 1005 Flag Football: (3) official & (1) downs marker provided for all contests 150 EA 1006 Varsity Basketball: (2) official & (1) scorekeeper provided & (1) timer for all contests 10 EA 1007 Basketball: (2) official & (1) scorekeeper provided & (1) timer for all contests 125 EA 1008 Youth Soccer: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 and 15-18 (2) officials 40 EA 1009 Youth Basketball: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 and 15-18 (2) officials 50 EA 1010 Youth Flag Football: (2) official provided for all contests 30 EA 1011 Special Sporting Events 1 Lot TOTAL 6-Month Extension 1 August 2020 to 1 February 2021 CLIN # DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 2001 Volleyball: (1) official & (1) scorekeeper provided for all contests 95 EA 2002 Softball: (1) official & (1) scorekeeper provided for all contests 200 EA 2003 Soccer: (2) official provided for all contests 90 EA 2004 Youth Baseball: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 (2) officials 30 EA 2005 Flag Football: (3) official & (1) downs marker provided for all contests 150 EA 2006 Varsity Basketball: (2) official & (1) scorekeeper provided & (1) timer for all contests 10 EA 2007 Basketball: (2) official & (1) scorekeeper provided & (1) timer for all contests 125 EA 2008 Youth Soccer: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 and 15-18 (2) officials 40 EA 2009 Youth Basketball: Ages 5-6 and 7-8 (1) official for all contests. Ages 9-11, 12-14 and 15-18 (2) officials 50 EA 2010 Youth Flag Football: (2) official provided for all contests 30 EA 2011 Special Sporting Events 1 Lot TOTAL GRAND TOTAL Primary POC: SSgt Timothy J. Cobb Contract Administrator, 11TH Contracting Squadron 1349 Lutman Drive, Joint Base Andrews, MD 20762 Phone: (240) 612-5640 timothy.j.cobb21.mil@mail.mil All provisions and clauses listed below are applicable to this requirement. It is the offeror's responsibility to be familiar with all applicable provisions and clauses. To be eligible for an award, offerors must be registered in the System for Award Management (SAM) database at www.sam.gov. PROVISIONS BY REFERENCE FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015) FAR 52.219-1 Small Business Program Representations (Oct 2014) DFARS 252.203-7996 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (OCT 2015) (DEVIATION 2016-O0003) DFARS 252.203-7997 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements (OCT 2015) (DEVIATION 2016-O0003) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) PROVISIONS BY FULL TEXT FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015) - Addendum PART I - PROPOSAL PREPARATION INSTRUCTIONS Paragraph (b), entitled "Submission of Offerors," offers shall be submitted via e-mail. All proposals must be for all line items stated, partial proposals will not be considered. Proposals shall not exceed five (5) pages including the first page of this combined synopsis/solicitation. General Information A. INFORMATION REGARDING SUMBMISSION OF PROPOSAL: Proposals shall be emailed to the contracting office no later than the due date and time specified. No Later Than 12:00 PM EST 17 September 2018. B. QUESTIONS. Questions about this proposal shall be submitted by emailed to the contracting office no later than 12:00 PM EST, 12 September 2018. C. DISQUALIFICATIONS. Failure to comply with this directive may result in a "non-responsive" offer and disqualification from the competition. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." PART I - PRICE Offerors shall complete the Line Item chart above with the unit prices and total amounts. PART II - TECHNICAL ACCEPTANCE Offerors shall, at a minimum, provide the following documentation: •· Proof of Hepatitis B vaccination or documentation of immunity to Hepatitis B for all officiating personnel. •· Proof of current professional certifications from the sport's governing organization(s) such as National Intramural and Recreational Association (NIRSA) followed by the Fitness Center for all sports programs/activities such as Flag football, Basketball, Volleyball, Soccer and Softball, for all officiating personnel. PART III - PAST PERFORMANCE INFORMATION Only references for the same or similar service will be considered. (a) Quality and Satisfaction Rating for Contracts Completed in the Past Five (5) Years. Offerors shall provide information currently available (letters, metrics, customer surveys, independent surveys, etc.), which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns or extended performance periods. (b) Offeror's shall send the Past Performance Questionnaire to their past performance contract references for completion. A copy of the completed questionnaire shall be emailed directly to SSgt Timothy Cobb at timothy.j.cobb21.mil@mail.mil. Questionnaires completed by or received directly from the offeror will not be considered. (c) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (i) Requirements of the solicitation (Item Numbers) and Performance-based Work Statement (PWS). (ii) Evaluation Factors for Award. (End of Addendum) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) BASIS FOR CONTRACT AWARD : 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 Past performance Technical acceptability and past performance, when combined, are equally important to price. PART I - PRICE Proposed prices shall be fair and reasonable. PART II - TECHNICAL ACCEPTANCE Offeror's Technical Acceptance will be rated as Acceptable or Unacceptable. To be rated Acceptable, offeror's proposal shall clearly demonstrate the following: •· All officiating personnel have current Hepatitis B vaccination or documentation of immunity to Hepatitis B. •· All officiating personnel have current professional certifications from the sport's governing organization(s) such as National Intramural and Recreational Association (NIRSA) followed by the Fitness Center for all sports programs/activities such as Flag football, Basketball, Volleyball, Soccer and Softball. PART III - PAST PERFORMANCE Using questionnaires, the contracting officer shall seek relevant performance information on the offerors based on, (1) references provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performance of efforts providing sports officials that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. The Government reserves the right to seek information on higher prices if none of the lower priced offerors receive a "High Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of High Confidence, Significant Confidence, Satisfactory Confidence, Unknown Confidence, Little Confidence, or No Confidence. Offerors with no relevant past or present performance history shall receive the rating of "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. EVALUATION PROCEDURE: Upon receipt of proposals, all offers will be organized from the lowest priced to the highest. The lowest priced offer will be evaluated first based on the evaluation criteria outlined above. If the lowest priced evaluated offer is found to have a fair and reasonable price, acceptable technical rating, and "High Confidence" past performance rating, the Contracting Officer will determine if that offer represents the best value for the Government. If determined to be the best value, the evaluation process stops at this point and award will be made to the lowest priced offeror without further consideration of other offers. In the event that the Contracting Officer does not find the lowest priced offer to be the best value to the Government, the next low offer will be evaluated. The process above will continue until the Contracting Officer determines the best value offer. In the event that all offers are evaluated, the Contracting Officer shall make an integrated assessment best value award decision. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2016) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. Note: The offeror shall obtain the full provision at the site listed above and submit a completed copy if applicable with the proposal. This is not included in the proposal page limit. (End of Provision) FAR 52.237-1 Site Visit (Apr 1984) Offerors or quotes are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/ (End of Provision) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (End of Provision) CLAUSES BY REFERENCE FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.223-6 Drug-Free Workplace (May 2001) FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.247-34 F.o.b. Destination (Nov 1991) FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 52.225-7000 Buy American--Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Nov 2014) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.204-7006 Billing Instructions AFFARS 5352.201-9101 Ombudsman (Jun 2016) AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012) CLAUSES BY FULL TEXT 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, 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: ___ (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 (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 (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 (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 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] _X__ (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 (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-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). _X__ (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, 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 (Sep 2016) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (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 (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 (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 (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 (Jun 2016) (E.O.13693). ___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 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 Television (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® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. ___ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (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. _X__ (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 (Jun 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)). _X__ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ___ (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 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: ___ (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. ). _X_ (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). ___ (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 (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 (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 (1) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 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 (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). (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). (xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (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 obligation. 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 specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of expiration of the final option year. (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 30 months. (End of Clause) FAR 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(s): http://farsite.hill.af.mil/ (End of Clause) FAR 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) "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). Combo - Invoice and Receiving Report (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. See chart below. (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 F87700 Issue By DoDAAC FA2860 Admin DoDAAC FA2860 Inspect By DoDAAC Not Applicable Ship To Code Not Applicable Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) F1D377 Service Acceptor (DoDAAC) F1D377 Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable (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. timothy.j.cobb21.mil@mail.mil damian.p.shorter.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. kenneth.m.grimsley.civ@mail.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Attachments: 1. Intramural Sports PWS 2. Youth Sports PWS 3. Area Wage Determination 4. Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3778171AW03/listing.html)
 
Place of Performance
Address: Joint Base Andrews, MD, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN05077195-W 20180908/180906232806-cd1f2a5488de1cd64ebf75b9aa3c1c09 (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.