Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

23 -- Vehicle Load Testing

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA448408T0047VehicleLoadTesting
 
Response Due
9/23/2008 5:00:00 PM
 
Point of Contact
Debra Kauffman,, Phone: 609-754-2772, Maryann C Makurat,, Phone: (609) 724-4726
 
E-Mail Address
debra.kauffman@mcguire.af.mil, maryann.makurat@mcguire.af.mil
 
Small Business Set-Aside
N/A
 
Description
Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 14 Each Deicer Load test IAW AFOSHSTD 91-105 and FFP Deicer Load test IAW AFOSHSTD 91-105 and ANSI standard A92.2, to include a magnetic particle, ultrasonic inspection as well as an acoustic emission test. This is testing for 605th AMXS property. FOB: Destination PURCHASE REQUEST NUMBER: F3A1S18235A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 5 Each JLG load test IAW AFOSHSTD 91-510 and AN FFP JLG load test IAW AFOSHSTD 91-510 and ANSI Standard A92.2, to include a magnetic particle, ultrasonic inspection as well as an acoustic emission test. This is testing for 605th AMXS property. FOB: Destination PURCHASE REQUEST NUMBER: F3A1S18235A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Lump Sum Per Diem/travel FFP Per Diem/travel for Line Items 0001 and 0002 The per diem/travel is for 605th AMXS property. FOB: Destination PURCHASE REQUEST NUMBER: F3A1S18235A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 10 Each Deicer Load test IAW AFOSHSTD 91-105 and FFP Deicer Load test IAW AFOSHSTD 91-105 and ANSI standard A92.2, to include a magnetic particle, ultrasonic inspection as well as an acoustic emission test. This line item is 305th AMXS property. PARTIAL PAYMENT IS AUTHORIZED FOR THIS LINE ITEM. FOB: Destination PURCHASE REQUEST NUMBER: F3A1S18235A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 3 Each Condor load test IAW AFOSHSTD 91-510 AN FFP Condor load test IAW AFOSHSTD 91-510 and ANSI Standard A92.2, to include a magnetic particle, ultrasonic inspection as well as an acoustic emission test. This is 305th AMXS property. PARTIAL PAYMENT IS AUTHORIZED FOR THIS LINE ITEM. FOB: Destination PURCHASE REQUEST NUMBER: F3A1S18235A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Lump Sum Per Diem and Travel FFP Per Diem/travel for Line Items 0004 and 0005. This per diem/travel is associated with the 305th AMXS property. PARTIAL PAYMENT IS AUTHORIZED FOR THIS LINE ITEM. FOB: Destination PURCHASE REQUEST NUMBER: F3A1S18235A001 SIGNAL CODE: A 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 N/A Government Destination Government 0003 N/A Government Destination Government 0004 N/A Government Destination Government 0005 N/A Government Destination Government 0006 N/A Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30 dys. ADC 14 605 AMXS/CC-F3A1S1 GEORGE SMITH 1801 HANGER ROAD MCGUIRE AFB NJ 08641 609-754-8386 FOB: Destination F3A1S1 0002 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION) FOB: Destination F3A1S1 0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F3A1S1 0004 POP 23-SEP-2008 TO 29-SEP-2008 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F3A1S1 0005 POP 23-SEP-2008 TO 29-SEP-2008 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F3A1S1 0006 POP 23-SEP-2008 TO 29-SEP-2008 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F3A1S1 CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.222-41 Service Contract Act Of 1965 NOV 2007 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.252-2 Clauses Incorporated By Reference FEB 1998 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2008) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision -- "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. (Offeror to identify the applicable paragraphs at (c) through (m) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not s joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American Act--Supplies.'' (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian or Moroccan end product," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (List as necessary) (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ) are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).) (1) Listed End Product Listed End Product • Listed Countries of Origin: • • • • • • (2) Certification. (If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.) ( )(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. ( ) (ii) Theofferor may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) (The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.) ( ) (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ) does ( ) does not certify that-- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. ( ) (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ) does ( ) does not certify that-- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies-- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ) Offeror is an agency or instrumentality of a foreign government; ( ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( ) Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt); ( ) Government entity (Federal, State, or local); ( ) Foreign government; ( ) International organization per 26 CFR 1.6049-4; ( ) Other ----------. (5) Common parent. ( ) Offeror is not owned or controlled by a common parent; ( ) Name and TIN of common parent: Name --------------------. TIN --------------------. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (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) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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 (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (4) [Removed]. _x__ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (6)(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. ___ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). ___ (8)(i) 52.219-9, Small Business Subcontracting Plan (APR 2008) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___(iii) Alternate II (OCT 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEP 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (12) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f). ___ (15) 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)). _x__ (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _x__ (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). _x__ (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _x__ (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _x__ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). ___ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). _x__(24)(i) 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts). ___ (ii) Alternate I (AUG 2007) of 52.222-50. ___ (25)(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)). ___ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)). ___ (26) FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). ___ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). ___ (ii) Alternate I (DEC 2007) of 52.223-16. _x__ (28) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). _x__ (29)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (AUG 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (30) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (31) 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). ___ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (35) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _x__ (36) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (37) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). ___ (38) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). ___ (39) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (40)(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.) __x__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ____ (7) 52.237-11, Accepting and Dispensing of $1 Coin (AUG 2007)(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 paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 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) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to consider 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 party to another official who can resolve the concern. The ombudsman may not serve as an advocate for any party. (b) Before consulting with an ombudsman, concerned parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. (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) WAWF INSTRUCTIONS WIDE AREA WORK FLOW (WAWF) PROGRAM In March 2003, the Department of Defense Federal Acquisition Supplement (DFARS) subpart 232.70 - Electronic Submission and Processing of Payment Requests was issued. In accordance with this, we are excited about the deployment of a new system, Wide Are Work Flow Receipt and Acceptance (WAWF-RA). This Electronic Commerce (E-Commerce) system will benefit both you and the Air Force as we partner with each other in the implementation of this new way of conducting business. It is also important to note that in addition to this, the Department of Defense (DoD) Appropriations Act of 2001, Section 1008 - Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. The full text is found on the Defense Finance and Accounting Service (DFAS) web site http://www.dod.mil/dfas/legislative/ and in 10 U.S.C Chapter 131. WAWF-RA is designed to automate commercial invoices and government receiving reports in a web-based, paperless environment. WAWF-RA allows vendors to create and instantaneously submit invoices and receiving reports directly to DFAS and/or government receivers from any location in the world. Once documents are submitted, vendors are afforded full viewing capability and are able to monitor document status from submission to acceptance and processing by the DFAS payment office. WAWF-RA utilizes e-mail to notify all parties involved in the payment process of the current status of each document; thus eliminating U.S. mail lag-time. Since documents will now be entered and stored in a database, there is no need for multiple copies. They cannot be "lost" or "misplaced", and are viewable by all necessary parties during the entire payment process via a secure web site. Changes to rejected documents can be easily made and resubmitted on-line - - no more re-typing, resending, or re-faxing. Discounts become available on the first day of the discount period instead of being lost due to paperwork shuffling and postal delays. WAWF-RA should speed up the vendor payment process and get you your money faster. McGuire AFB began using testing this new system in February 2004 and plans to fully implement it by April 2004. There are no costs involved to get you started. Registration and software are provided FREE OF CHARGE and we will be available to assist you in every step of the way. To get started, your company will need a user ID and password for accessing the WAWF-RA system. This can be obtained by visiting the WAWF-RA website at https://wawf.eb.mil/ and following the instructions under Help with registration for access to WAWF-RA. Under About WAWF - RA, you will also find links for Functional Information, Setting Up Your Machine, Accessing Web Based Training, and Frequently Asked Questions. Additionally, we have attached a Wide Area work Flow - Receipt and Acceptance (WAWF-RA) Vendor Instructions, Installation, and Registration Checklist. Should you have questions about the WAWF-RA system or the website, please don't hesitate to contact a Defense Information Systems Agency (DISA) customer support representative toll-free at 1-866-618-5988 or e-mail them at cscassig@ogden.disa.mil. (Please include "WAWF" in the subject line of all e-mail requests.) Attachment: WAWF-RA Vendor Instructions, Installation, and Registration Checklist Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Check Central Contractor Registration System (CCR) to see if your company is registered. • If you are registered in CCR, please go to Step 3 below. • For help with registration in CCR, contact CCR Helpdesk, 888-227-2423 or 269-961-4725, e-mail CCR@dlis.dla.mil, or see the CCR Handbook at http://www.ccr.gov/handbook.cfm. 2. Register with Central Contractor Registry (CCR). • All vendors desiring to bid on goods or services in support of Department of Defense (DoD) must be registered in the CCR at http://www.ccr.gov/. • Ensure that all mandatory fields are completed in your new CCR account (i.e., Telephone/FAX number, Data Universal Numbering System (DUNS) and/or Commercial and Government Entity (CAGE) codes, North American Industry Code Systems (NAICS) codes, etc.). • Note: All contractors are required to update their CCR registration annually. Failure to do so will result in suspension of the account, which will prevent or delay awarding DoD contracts and payments to your firm. 3. Establish an Electronic Business Point of Contact (EB POC). • The next step is to ensure that you have identified an EB POC for your company. You are required to establish both a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm. • To see if an EB POC is listed for your company, go to http://www.ccr.gov/ and click on "Search CCR." Where prompted, enter the DUNS or CAGE or Company Name and click "Submit Query." If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS. • Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, your company has not identified an EB POC yet. If you see that there is no one listed as your company's EB POC, you need click on "Update or Renew Registrations Using TPIN" to add it. • Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. • The EB POC will be responsible for authorizing access to employee(s) of the vendor's organization to view and/or modify data submitted on behalf of the vendor. • Update NAICS codes developed by the Census Bureau, which replaced the Standard Industrial Classification (SIC) codes. Until NAICS codes are updated, update will not be complete. For more info on NAICS codes, visit: http://www.census.gov/epcd/www/naics.html 4. Determine if your organization will designate a Group Administrator (GAM) (Proceed to paragraph 5 if you are not going to designate a GAM). • In medium to large sized companies, there may be a need to establish more than one GAM. • A GAM determines who has access to the WAWF-RA vendor account. • The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. • The appointment letter should be faxed to the WAWF-RA Customer Support Center. • The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. • The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address • All records created in WAWF-RA are stored in a virtual file folder and as status is updated or changes the system generates an email notification to applicable individuals identified in the firm's organizational email account. • The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. • Ensure that your firm's organizational email address is operational and can receive email from WAWF-RA prior to registering your email address with the WAWF-RA Customer Support Center. • Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm (CAGE/DUNS code), will be designated as the organizational email address for your firm. 6. Set up PCs to access WAWF-RA • Set up the PCs of your organization's users to access WAWF-RA. • Select the "Setting Up Your Machine" link on the WAWF-RA home page for more information: https://wawf.eb.mil/Instr.html. 7. Have all users self-register on the WAWF-RA web site • Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. • Select the "Self Register" link on the WAWF-RA home page and follow the instructions. • Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. Users who want to use a PKI certificate must obtain it before self-registering. • PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/home.html, or Verisign: http://www.verisign.com. The web sites provide the instructions needed to acquire a PKI Certificate. • If further assistance is needed, contact the WAWF-RA Customer Service Center. • Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 8. Follow-up (if necessary). • If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-800-392-1798, Option 1 COMMERCIAL 801-777-3282, Option 1 DSN 777-3282 Option 1 FAX Commercial: 801-605-7453 DSN: 388-7543 Email: cscassig@ogden.disa.mil Note: Reference "WAWF" in email Subject line. SFS ANTI TERRORISM Antiterrorism: As a prelude and during performance of any contract on McGuire AFB, it is critical that the contractor be supportive of all DoD requirements to protect personnel, their families, installations, facilities, information, and other resources from terrorist acts. All contractors and sub-contractors are responsible for providing their personnel information on the McGuire Antiterrorism Program. During performance of work, personnel security and protection of resources is critical for the installation to maintain a safe work environment. Contractor personnel will be alert for any suspicious activity observed by their work force or any personnel working on the installation. If any situation appears to be suspicious, immediate actions must be taken to make proper notification to McGuire Law Enforcement by calling the McGuire Security Forces Desk at 2001. Both personnel and vehicles must be strictly controlled during performance of duty. No personnel and/or equipment will be allowed to be placed in harms way that could aid or abet anyone with bad intention to cause harm to McGuire AFB. Any contractor doing construction work will adhere to the DoD Unified Facilities Construction Code Requirements. Contractors are encouraged to contact the McGuire Antiterrorism Office at (609) 754-1397 or 1611 for information regarding the installation Antiterrorism Program. SFS MCGUIRE AFB CONTRACTOR SECURITY APPENDIX 26 Jun 08 305th SECURITY FORCES SQUADRON (SFS) APPENDIX TO ALL STATEMENTS OF WORK FOR MCGUIRE AFB, NEW JERSEY INSTALLATION ENTRY CONTROL PROCEDURES FOR ALL CONTRACTORS The following appendix provides information from Air Force Instruction 31-101 and local supplements on requirements for entering and conducting business while on McGuire Air Force Base, New Jersey. 1. Contract Award. 1.1. Upon award of a contract, all contractors who will be entering the installation for 30 or more days in one year., including Small Purchase contractors, must initiate a criminal history record information/background check for non-criminal justice purposes on all personnel requiring access to McGuire AFB to the 305th Security Forces Squadron. 1.2. McGuire AFB requires all contractors to conduct a criminal history record information/background check WITH fingerprints. This check is done at the contractor's expense and not at government expense. This will be completed prior to any permanent access credential for McGuire AFB being issued to the contractor personnel. 1.2.1. If the contractor requires access to the installation for less than 30 days in one year, Welcome Center personnel will conduct a ZW Person Inquiry and issue a pass not to exceed 7 days. Prior to issuing another Visitor Pass another ZW Person Inquiry will be conducted. 1.2.2. If the contractor attempts to enter the installation more than 30 days in a year, they will be denied access unless a criminal history check is conducted or appropriately applied for. 1.2.3. A maximum of two 15 day visitor passes will be issued to anyone requesting an Installation Access Pass who awaiting a criminal history record information/background check. 1.2.3.1. If an individual is still awaiting the results of a criminal history record information/background check after the initial two 15 day visitor passes are issued. A copy of the submitted application (Sagem Morpho Form D) must be presented to Welcome Center personnel to receive additional 15 day visitor passes. 1.2.3.2. A maximum of two additional 15 day passes will be issued to the person showing proof he has submitted the criminal history record information/background check. 1.3.1. This check will require the completed criminal history record/background check results or report be sent by the applicable State Police Department conducting the check to the 305 SFS Welcome Center. 1.4. All applicants are required to have a criminal history record information/background check for non-criminal justice purposes from BOTH the State of Residence and State of Employment. NOTE: If the applicant lives and works in NJ, then only the NJ check is needed. If the applicant lives in another state but works in NJ, then a criminal history record information/background check for non-criminal justice purposes is required from the state the applicant lives in AND the state of NJ. 1.4.1. General guidance for New Jersey on this process is provided by the NJ State Police and is found in attachment 1 of this Contractor Security Appendix. 1.4.2. General guidance for Delaware on this process is provided by the DE State Police and is found in attachment 2 of this Contractor Security Appendix. 1.4.3. General guidance for New York on this process is provided by the NY State Police and is found in attachment 3 of this Contractor Security Appendix. 1.4.4. General guidance for Pennsylvania on this process is provided by the PA State Police and is found in attachment 4 of this Contractor Security Appendix. 1.4.5. For guidance from any of the other state or US Territory (i.e. Puerto Rico), contact the state police of that particular state and follow the requirements of para 1.2. and 1.3. above. 1.5. The 305 SFS will not be used to conduct this criminal background check. 1.6. These results must be sent directly from the Investigating Agency to the 305 SFS at the above listed address. Forms sent from the contractor will no longer be accepted. 1.6.1. Contractors and sub contractors may contact the 305 SFS/Welcome Center at 609-754-3197 to determine arrival of and verify status of Criminal History Record and Background Checks. 1.7. Failure to provide the completed check for each contractor individual requesting entry to the 305 SFS will result in that specific individual not being allowed access to McGuire AFB until the background check has been completed and provided. 1.8. The contractor will provide an initial Entry Authority List (EAL) (see attachment 5 for EAL requirements) to the administrative contracting office (i.e. 305 CONS, US Army Corps of Engineers (USACE), NAS Lakehurst, 305 CES, etc.). The contracting office will provide a copy of the initial EAL to the 305 SFS/Police Services. Police Services will verify the EAL, approve the EAL and forward the EAL to the Welcome Center. The contracting office will maintain any required documentation until the contract has been completed or terminated for any reason. 1.9. Upon receipt of the results of the check, the Welcome Center will review the results and determine whether personnel will be authorized to enter McGuire AFB. The Welcome Center will maintain and file a copy of the original documents for future reference. 1.10. The Welcome Center will also notify the appropriate Administrative Contracting Office of those personnel who are being denied access to the installation because of an issue with the individual's criminal background investigation. The disposition date (date the charges were finalized in court) is the date used to determine time frames. The below criminal history findings will automatically disqualify the person in question from being granted access to the installation: 1.10.1. Any criminal record which is not conducive to good order and discipline. 1.10.2. Any outstanding warrants or personnel who are in the country in violation of immigration law. 1.10.3. US Citizenship, immigration status, or Social Security Account Number cannot be verified. 1.10.4. Barred from entry/access to any military installation or facility. 1.10.5. Wanted by federal or civil law enforcement authorities, regardless of offense/violation. 1.10.6. Any conviction of firearms or explosives violation. 1.10.7. Incarcerated for 12 months or longer within the past three years, regardless of the offense/violation. This can be a single incarceration or several combined which total 12 months. 1.10.8. Any conviction of espionage, sabotage, treason, terrorism or murder. 1.10.8.1. Any conviction of DUI manslaughter or involuntary manslaughter in the past 10 years. 1.10.9. Any conviction of sexual assault, armed assault/robbery, rape, child molestation, drug possession with intent to sell, or drug distribution within the past 10 years. 1.10.10. Any person with a pending court resolution will be denied access if the charges are for an offense listed in paragraphs 1.10.1 through 1.10.9. 1.10.11. Any person with a pending court resolution for an offense not listed in paragraphs 1.10.1 through 1.10.9 will be issued a pass for two weeks at a time until the case is finalized in court. If the person is convicted and confined for 12 or more months, the person will be categorized in paragraph 1.10.7. If the charges are dismissed the person will be considered to not have a criminal history. 1.11. The contractor will provide a final listing of personnel on an Entry Authority List (EAL) in letter format to the requesting Administrative Contracting Office. 1.12. The administrative contracting office (such as the 305th Contracting Squadron, the US Army Corps of Engineers, etc.) will authenticate and forward the EAL to the 305 SFS Police Services, NLT 72 hours prior to contract start date. 1.13. Police Services, or designee, will approve the EAL, forward the EAL to the Welcome Center and file the package appropriately. 1.14. If EAL's are not accurate or contain fraudulent information, contractor identification badges will not be issued. 1.14.1. Pen and ink changes for deletion purposes may be made to an EAL. 1.14.2. Pen and ink additions to an EAL will not be accepted. All additions must be made by initiating a new EAL. 1.14.2.1. The Master EAL will be resubmitted with the additions included. Individual letters for long term employees will not be accepted if the contract exceeds 30 days. 1.15. The Welcome Center will maintain a copy of the documents for 90 days after expiration for future reference. 1.16. Contractor Criminal History Record and Background Checks will be valid for a period not to exceed 3 years. 1.16.1. At the 3 year mark, the contractor is required to complete a new check for each individual still employed and working at McGuire AFB. 1.16.2. Background checks older than 3 years will be updated through the NJ State Police or the State Police department for which they reside and/or are employed. Records older than three years on file will be destroyed. 1.17. Contractors who are also required to do Criminal History Background checks for employment purposes and maintain the background per state laws are required to bring the original completed background check and a copy of the check to the 305 SFS Welcome Center. 1.17.1. Welcome Center personnel will verify the copy of the background check and will stamp both the original and copy. 1.17.2. Welcome Center personnel will keep the copy of the background check. 1.17.3. Companies which maintain the original background check will be required to re-verify the status by bringing the original background checks to the Welcome Center on a yearly basis. 2. Contractor Visitor Passes for Entry to McGuire AFB. 2.1. Contractors and vendors will be issued an AF Form 75 - Visitor Pass or Installation Access Pass which identifies them as a contractor authorized to access to McGuire AFB. 2.1.1. Contractor and vendor visitor passes will be issued at the Welcome Center or Checkpoint 9 for all contractors or vendors who require access to the installation for less than 30 days in a year. 2.1.1.1. Visitor passes will be issued to contractors or vendors who do not access the installation at least three days per week. 2.1.1.2. Contractors and vendors who access the installation less than three days per week, but will access the installation for longer than one month will be included on an EAL with the date the contract expires. These personnel must stop at the Welcome Center each time they are needed to perform work. They will be issued a Visitor Pass each time they need to enter the installation. These personnel will be identified on the EAL as requiring periodic access. 2.1.1.3. Installation Access Passes will be only be issued to contractors or vendors requiring access at least 3 days a week for more than 30 days in a year. Personnel will only be issued an Installation Access Pass after all required Criminal History Checks are completed. Installation Access Passes will only be issued at the Welcome Center. These personnel will be identified on the EAL as requiring daily access. 2.1.2. Welcome Center and Checkpoint 9 personnel will issue AF Form 75 - Visitor Passes based on the Contracting Officer and Police Services approved EAL and completion of the criminal history check. 2.2. Contractor passes will be updated annually at the Welcome Center or Checkpoint 9 for contracts lasting over 1 year. 2.3. Contractor passes will be issued for the duration of the contract, or the length of the option period not to exceed 1 year, whichever is less. 2.4. Welcome Center personnel will review previously provided background investigations on all contractors prior to issuing/updating identification credentials. 2.5. NON U.S. CITIZENS: All non-U.S. citizens must provide a Work Permit Visa or Alien Registration Card with immigration number the time badges are issued. 2.6. Those contractors working under the AF Industrial Security program will provide an EAL to the Welcome Center. 2.6.1. Those contractors under the AF Industrial Security program requiring access to the AF computer network may be issued a Common Access Card (CAC) in lieu of the normal contractor visitor pass. 2.6.2. Those contractors under the AF Industrial Security program who have not been issued a CAC will be issued a contractor visitor pass if they will be on the installation less than 30 days. These Contractors will be issued an Installation Access Pass if they will be on the installation longer than 30 days. 2.6.3. Those contractors under the AF Industrial Security Program who maintain an active DoD security clearance shall provide a Joint Personnel Adjudication System (JPAS) printout in lieu of the required background checks. 3. Contractor Vehicle Passes for Entry to McGuire AFB. 3.1. Contractor vehicle passes will be issued at the Welcome Center or Checkpoint 9. 3.2. All vehicles and drivers must have the following documentation prior to being granted access to McGuire AFB: 3.2.1. Valid state driver's license with photo. 3.2.1.1. Valid state driver's license without photo with another government/state issued form of identification with photo. 3.2.2. Valid vehicle insurance. 3.2.3. Valid vehicle registration. 3.2.4. Bill of Lading (if available). 3.2.5. A McGuire AFB point of contact with a phone number. 3.3. Contractors will be issued AF Form 75, Vehicle Pass for entry to McGuire AFB provided the required documentation listed in 3.2 is valid. 3.4. Contractor vehicle passes will be updated annually at the Welcome Center or Checkpoint 9 for contracts lasting over 1 year. 3.5. Contractor vehicle passes will be issued for the duration of the contract or 1-year, whichever is less. 3.6. Commercial vehicles issued a Vehicle Pass must enter the installation through Checkpoint 9. 4. Contractor, Commercial and Oversized Vehicles. 4.1. All contractor, commercial and oversized vehicles must enter McGuire AFB through Checkpoint-9 located on Fort Dix adjacent to Saylor's Pond Road. 4.2. The following are considered "commercial and oversized" vehicles at McGuire AFB and these vehicles can only enter the installation IAW paragraph 4.1., above. 4.2.1. All vehicles registered and licensed with "commercial" license plates, regardless of state of issue. 4.2.2. All vehicles, regardless of type, license plate, or size, having more than two (2) axles. 4.2.3. All vehicles used to carry tools, machinery, equipment, or other commercial related equipment onto the installation. 4.2.4. All vehicles displaying a commercial plaque, logo or emblem carrying tools, machinery, equipment, or other commercial related equipment onto the installation. 5. Contractor vehicle and personnel processing requirements 5.1. Checkpoint - 9 is open for personnel and vehicle processing from 0600 - 2200 hours daily. 5.2. Contractor/Commercial vehicles requesting McGuire AFB entry from 2200 - 0600 will not be allowed entry. Unusual circumstances will be handled on a case by case basis. Contact the Security Forces Control Center at 609-754-2001/2002. 6. Subcontractors. 6.1. All subcontractors are required to follow the same instructions listed above for their subcontractor personnel. 6.2. Contractors with an immediate access requirement for a short-term subcontractor must coordinate with their Contracting Officer prior to authorization of access without following the normal procedures. 6.3. Short term Subcontractors will be issued a pass not to exceed 1 week. 7. Contractors working in USAF Restricted Areas will comply with the following: 7.1. All contractors working on the flight line and restricted areas are required to be established as a Visitor Group under the Air Force Industrial Security Program. 7.2. Each individual contractor (person) will be required to complete a Standard Form 85P - Questionnaire for Public Trust Position before accessing the Restricted Area. This is an investigation to determine the trustworthiness of the individual requiring access to the Restricted Area. This is not the same type of investigation as the NJ or other state background checks required to be conducted to access MAFB. 7.2.1. Each individual will work with the unit security manager the contractor is supporting to complete the SF 85P. 7.2.2. Upon completion, the contractor will submit to the unit security manager for review. 7.2.2.1. If the 85P package contains errors, the individual will work with the security manager to correct. 7.2.2.2. If unable to correct, the individual will not be allowed access to the restricted area and may be asked to leave the installation. 7.2.3. If the SF 85P package contains no errors, the unit security manager will complete an AF Form 2586 - Unescorted Entry Authorization Certificate for accessing the restricted area. 7.3. The unit security manager will make an appointment with 305 SFS/S-5I Personnel Security office for contractor processing and turn-in of SF 85P and AF Form 2586. 7.3.1. The contractor will meet S-5 personnel and submit the completed SF 85P. S-5I will review SF 85P for accuracy and completion. 7.3.1.1. If the 85P package contains errors, the individual will work with the personnel security office to correct. 7.3.1.2. If unable to correct, the individual will not be allowed access to the restricted area and may be asked to leave the installation. 7.3.1.3. If no issues with 85P, the Personnel security office will conduct a local files check on the individual. 7.3.2. Upon local files check completion (no issues), contractor will be directed to the Pass & Registration (Bldg 1911) where a restricted area badge can be issued on an interim basis based on submission of the SF 85P to SFAI. 7.3.2.1. S-5I will review AF Form 2586 for accuracy and completion. 7.3.2.2. If there are no errors, then an AF Form 1199 - Restricted Area Badge will be produced for the contractor. 7.3.2.3. If there are errors on the AF Form 2586, the contractor will be directed to return to the unit security manager for re-accomplishment of the form. 7.4. If there are problems found during the investigation process, access to the restricted area will be immediately revoked and the individual will not be allowed access to MAFB. 7.5. Any work on or near the flightline will be coordinated through the McGuire Installation Constable located in bldg 1738. 7.5.1. The Installation Constable will verify the need to access the restricted area and determine if a Free Zone can be established. 8. Flightline Driving. 8.1. Only authorized contracted or privately owned vehicles with colored cones/placards are authorized on the flightline and/or flightline road unless driving a government vehicle or under authorized escort. 8.2. Contractor personnel who are authorized to drive on the flightline will be issued a colored cone/placard from Airfield Management. 8.2.1. Cones/placards must be visible during operations of the vehicle when driving on the flightline and when parked on the flightline. 8.2.3. The cone/placard must be secured (put away) upon departure from the flightline. 8.3. Restricted Areas: Defined as an area delineated by ropes, red lines or barriers that contain Protection Level resources (i.e. aircraft or equipment). 8.3.1. These areas require a certain level of protection, and entry is only allowed by authorized personnel wearing a restricted area badge or personnel under authorized escort. 8.3.2. Aircraft hangars are restricted areas when aircraft are present. 8.3.3. Signs are posted every 100 feet on the exterior of restricted area boundaries stating; "Deadly Force is Authorized." 8.3.4. Contractors will never enter restricted areas unless properly escorted or authorized by the installation commander or designee through the issuance of a restricted area badge. 8.4. If the Security Forces or a military member detains a contractor or contract employee at any time or for any reason, the contractor will comply with their request and will not become combative or argumentative. 9. Miscellaneous Requirements 9.1. All requests for additional contractor personnel must meet the same requirements listed in para A1 above before identification badges and vehicle passes will be issued. 9.2. The administrative contracting office will be notified when personnel leave the contractor company for any reason and provide that information to the Welcome Center. 9.3. The contractor company is responsible for the return of all contractor identification badges and vehicle passes at the end of the contract or when personnel depart for any reason. All badges and passes will be returned to the Welcome Center. 9.4. During increased Force Protection Conditions (FPCONs) there may be limited entry to the installation. 9.5. Retired military or government personnel whose vehicles display a valid DD Form 2220, DoD Registered Vehicle Decal, may be allowed to enter the installation through any gate providing the vehicle operator has a current and valid base entry ID card. 9.5.1. Retired military or government personnel who have been issued a DD Form 2220 must be listed on the company EAL. 9.5.2. All retired military or government personnel will complete all Criminal History Record Information/Background Check regardless of their military/government retired status. 9.6. At no time will a contractor be issued a DD Form 2220 - DoD Registered Vehicle Decal. 9.6.1. This decal is used by all branches of service and will be honored for entry. 9.6.2. All vehicles entering McGuire AFB must have a valid DD Form 2220 or possess an AF Form 75 (visitor/vehicle pass). 9.7. Contractors ARE NOT AUTHORIZED to escort (vouch) for any personnel to enter McGuire AFB. 9.7.1. Exceptions to this rule will be addressed on an as needed basis through the Contracting Officer and the 305 SFS Welcome Center Supervisor. 9.7.1.1. The contractor must work through the Contracting Officer who in turn will contact the Welcome Center Supervisor. 9.7.1.2. In the event the Welcome Center Supervisor is unavailable, the following personnel in the order listed may approve the contractor escort authority. The Chief, Administration & Reports Flight; the Operations Officer; Operations Superintendent; or the on-duty flight chief as necessary, may approve the contractor to escort. 9.7.2. Escorting onto the installation is a limited privilege for emergent requirements only and cannot be used as a routine to get subcontractors onto the installation. 9.7.2.1. Contractors with Installation Access vouching authority must contact the Welcome Center Supervisor to coordinate each emergent requirement. 9.7.2.2. The escorting Contractor will be responsible for all individuals they escort onto the installation. 9.7.2.3. Contractor escort privileges will be revoked if is determined the contractor is attempting to supersede normal installation access requirements. 9.7.2.4. No more than three personnel per prime contract EAL will be granted escort privileges. 9.7.2.5. The Contracting Office or McGuire AFB point of contact will ensure this privilege is only granted to prime contractors who will not know in advance which personnel will be reporting for work. 9.7.2.6. 9.7.2.6 Personnel granted escort authority must have a criminal history background check completed prior to them authorized to escort. 9.8. Any contractor found in violation of this requirement will be escorted off the installation. They will be removed from the company entry authority list and will not be allowed to reenter McGuire AFB without the express written permission of the Installation Commander. 9.9. Contractors are required to obey all entry requirements, traffic rules and requirements of McGuire AFB. Failure to comply will result in barment from the installation. 9.10. Contractors are not authorized to utilize cell phones while operating a motor vehicle of any type while on McGuire AFB unless they can be operated hands free to include turning on, answering, speaking and turning off. 9.11. Headsets are not authorized for use while operating a vehicle on McGuire AFB. 10. Questions or problems. 10.1. Questions on entry onto the installation may be directed to any one of the following locations: Welcome Center - (609) 754-3197 or (609) 754-3003 Checkpoint 9 - (609) 658-0425 10.2. If a contractor has any problems while on McGuire Air Force Base in any way related to base entry or security, the contractor should contact the Security Forces Control Center. (609)754- 2001/2002/2003/2004. Attachment 1 -General guidance for the NJ Criminal History Record Information/ Background Check WITH fingerprints. A1.1. An individual must obtain a criminal history record check via electronic live scan at one of the approved sites. The New Jersey State Police uses the live scan fingerprinting services provided by Sagem Morpho, Inc., a private company under contract with the State of New Jersey. In order to be fingerprinted you are required to contact Sagem Morpho to schedule a time and place to have your fingerprints recorded. The quickest and easiest way to schedule your appointment is via the Web at www.bioapplicant.com/nj. Web scheduling is available 24 hours per day, seven days per week. Applicants who do not have Web access should call Sagem Morpho at the company's toll-free telephone number, 1-877-503-5981 (Monday through Friday, 8:00 a.m. to 5:00 p.m., and Saturday, 8:00 a.m. to 12:00 noon). Sagem Morpho provides a toll-free TTY telephone number, 1-800-673-0353, for hearing-impaired applicants with a modem-equipped telephone. Spanish-speaking operators are available upon request. A1.2. You must either download the From D or obtain a copy from the Welcome Center and bring this form with you to your scheduled fingerprint appointment. In addition to this form, you must bring proper identification as outlined on the form. The home address that you fill out on the attached form should be the same as the home address printed on the identification that you provide to Sagem Morpho Inc. To ensure accuracy, please legibly complete blocks #9 thru #26 on the front of this form prior to scheduling your appointment. A.1.3. The fee for this service is $41.00. Acceptable methods of payment are credit card, electronic debt check or money order. At the time of scheduling your appointment, payment will be required and charged to your account. Appointments must be canceled by noon on the business day prior to your scheduled time (you must cancel by Saturday at noon for a Monday appointment). If you fail to cancel your scheduled appointment, you will forfeit the $11.00 portion of your fingerprint fee that is payable to Sagem Morpho. You will also forfeit the $11.00 fee if you fail to bring the Universal Fingerprint Form and proper ID when having your fingerprints scanned. A.1.4. Failure to utilize the Form D for its intended purpose and/or failing to provide complete and accurate information may result in having to be fingerprinted again and incurring additional costs. Questions or revisions to responses must be made within a ninety-day period or the full process will have to be completed again. If you do not receive your response within 10 working days please contact the Criminal Information Unit at (609) 882-2000 ext. 2918. A.1.5. Blocks 1-8 will populate with information when the form is opened from the web site. Do not change any information in blocks 1-8. Blocks 9-25 must be completed with the applicant's information. Block 26 must have the following address for it to be sent directly to the Security Forces Welcome Center. 305th Security Forces Squadron Welcome Center 1738 East Arnold Ave McGuire AFB, NJ 08641 A1.6. The New Jersey State Police NJ 212B will not be accepted. Attachment 2 -General guidance for the DE Criminal History Record Information/ Background Check WITH fingerprints. A2.1. The Delaware State Criminal History Record Check Authorization form will be used when requesting a Criminal History Background check through the state of Delaware. This form has been scanned into this document; it can be printed, and used for official requests. It can be found in this attachment. A2.2. The Delaware State Bureau of Identification provides a Delaware Criminal History Record request for a fee of $30.00. A2.3. This procedure is as follows: A2.3.1. Complete the Delaware State Criminal History Record Check Authorization form filling out all the applicable areas (see below for detailed instructions). A2.3.2. Sign the enclosed authorization/release form. A2.3.3. Have fingerprints taken by person who has been formally trained to take fingerprints (poor quality fingerprints will be rejected and returned) A2.3.4. Provide brief explanation for reason fingerprinted. Use Company letterhead. See A2.8 below for details. A2.3.5. Enclose $30.00 processing fee; money order or certified check only. Personal checks will not be accepted. A2.3.6. Provide address for return of criminal history information. A2.3.7. Send all items listed above to: Delaware State Police State Bureau of Identification P.O. Box 430 Dover,Delaware, 19903 Attn: Records Section A2.4. Questions on completing the form can be directed to the Delaware State Police State Bureau of Identification at (302) 739 - 5882. A2.5. The form will be completed as follows: A2.5.1. LAST NAME A2.5.2. FIRST NAME A2.5.3. MIDDLE INITIAL A2.5.4. SUFFIX A2.5.5. ALIASES: MAIDEN/PREVIOUS LAST NAMES A2.5.6. DATE OF BIRTH A2.5.7. SOCIAL SECURITY NUMBER: A2.5.8. SEX: A2.5.9. RACE: A2.5.10. HGT: (Height) A2.5.11. WGT: (Weight) A2.5.12. EYES: (Color Eyes) A2.5.13. HAIR: (Color Hair) A2.5.14. PLACE OF BIRTH (STATE): A2.5.15. CURRENT ADDRESS: Number, Street A2.5.16. CITY/STATE: A2.5.17. ZIP: A2.6. * COMPLETE IF MAILING RESULTS TO DIFFERENT ADDRESS OTHER THAN YOURSELF. This block will read the address information for the 305th Security Forces Squadron (SFS) Entry Screening Facility (WELCOME CENTER). 305th Security Forces Squadron 1738 East Arnold Ave McGuire AFB, NJ. 08641 ATTN: SFAP/Entry Screening Facility A.2.7. AUTHORIZATION TO RELEASE INFORMATION: A2.7.1. As applicant I authorize release of any and all information that you have concerning me, included CRIMINAL HISTORY RECORD INFORMATION and other information of a confidential or privilege nature. I hereby release you, your organization, the State of Delaware and other from any liability or damage, which may result from furnishing this information: A2.7.2. SIGNATURE OF APPLICANT: Applicant signs form A2.7.3. DATE: Applicant dates form. A2.7.4. SIGNTURE OF PARENT/GUARDIAN (IF UNDER 18): Parent or guardian signs if applicant is under 18 years of age. A2.7.5. Telephone number Home: Type in your home phone number. A2.7.6. Telephone number Work: Type in your work phone number. A2.8. Item A2.3.4. above requires the individual to provide a brief explanation for reason fingerprinted. Companies should provide the following typed statement on Company letterhead to be provided with the request by the individual. This company (use your company name) has won a contract for services (type in the service your company is going to provide) at McGuire AFB in New Jersey. In order for employees of this company to access McGuire AFB a Criminal History Record Check of all employees of this company who will be working at McGuire AFB must be completed and provided to the 305 Security Forces Squadron (a Law Enforcement Agency of the US Air Force). This request for a Delaware Criminal History Record Check is for contractor access to McGuire AFB, NJ. Point of contact for this company is (Company security official, contracting officer, or other company official) and their phone number is (phone number). Signature block of company official authorized to sign letter. Attachment 3 - General guidance for the NY Criminal History Record Information/ Background Check WITH fingerprints. A3.1. The New York State Office of Court Administration (OCA) Record Search for Conviction of Prosecution and Pending form will be used when requesting a Criminal History Background check through the state of NY. This form has been scanned into this document; it can be printed, and used for official requests. It can be found in this attachment. A3.2. The New York State Office of Court Administration (OCA) provides a New York Statewide criminal history record search (CHRS) for a fee of $52.00. The search criteria is strictly based on exact match of Name and DOB (variations of Name or DOB are not reported.) The search includes data from all 62 counties pertaining to convictions and open/pending cases originating from City & County courts. A3.3. This procedure is as follows: A3.3.1. Complete the Criminal History Record Search (CHRS) Application Form. A3.3.2. Indicate name, address, and phone number of the person or company submitting the form. A3.3.3. Include the individual's full name and date of birth (See Below) you want searched. A3.3.4. Applications with unclear or omitted information will be rejected. A3.3.5. Each alias and each date of birth is counted as an additional search. A3.3.6. The results of this process are NOT certified and should not be confused with a "Certificate of Disposition" which can only be issued by a court. A3.4. PROGRAM FEE: The fee is $52.00 for Statewide search. Please make checks or money orders payable to the N.Y.S. Office of Court Administration (OCA). Cash will not be accepted. A $20.00 returned check charge will be imposed on items returned by the bank. A3.5. You can contact the OCA at (212) 428-2973 between 10:00 and 4:00 pm for a copy of the Criminal History Record Search application or download the form at www.nycourts.gov. A3.6. The form will be completed as follows. A3.6.1. NAME/COMPANY: 305th Security Forces Squadron ATTN: Entry Screening Facility. NOTE: Do not use your company address as the form must come from the state to: 305 SFS/S-3IE. A3.6.2. STREET ADDRESS: 1738 East Arnold Ave, A3.6.3. CITY, STATE, ZIP: McGuire AFB, NJ, 08641 A3.6.4. TELE./FAX NUMBER: This will be your company phone number not the 305th Security Forces Squadron phone number. A3.6.5. CONTACT/EMAIL ADD.: Company POC and phone number. A3.6.6. STATEWIDE SEARCH Page: _____ of _____: NOT USED A3.6.7. E-MAIL: NOT USED A3.6.8. MAIL: Place an X in this box. A3.6.9. PICKUP: NOT USED. A3.6.10. TYPE OR PRINT IN CAPITALS (Numbered 1 - 20 for up to 20 personnel) LAST NAME, FIRST NAME & INITIAL All information MUST by in CAPITAL LETTERS. Information must be in the form of LAST NAME, FIRST NAME, INITIAL. A3.6.11. D.O.B.: Type in individuals Date of Birth A3.6.12. For Your Use: NOT USED A3.6.13. The 305 SFS requests each company list no more than 15 personnel on one sheet. This is so there is space available using line 17 - 20 for your company information. We use your company information as listed on the form to identify your company personnel when the request is returned to our office. Please include the following information on each line. Line 17: Company Name Line 18: Address Line 19: City, State, Zip Line 20: Company POC Name and Phone number Attachment 4 - General guidance for the PA Criminal History Record Information/ Background Check WITH fingerprints A4.1. The Pennsylvania State Police Request for Criminal Record Check form will be used when requesting a Criminal History Background check through the state of Pennsylvania. This form has been scanned and can be printed for use. It can be found as part of Attachment 4. A4.2. The PA State Police will provide a PA Criminal Record Check for a fee of $34.00. The fingerprint portion of this check costs $10.00 and the actual records check is $24.00. A4.3. This procedure is as follows: A4.3.1. Complete the Pennsylvania State Police Request for Criminal Record Check filling out all the applicable areas of Part I (see below for detailed instructions). A4.3.2. Have fingerprints taken by a Law Enforcement agency. A4.3.3. Enclose the $34.00 processing fee: money order or certified check only payable to the Commonwealth of Pennsylvania. A4.3.4. Send all listed above to: Pennsylvania State Police Central Repository - 164 1800 Elmerton Avenue Harrisburg, PA 17110-9758 A4.4. Questions on completing the form can be directed to the PA State Police Central Repository at (717) 783 - 9973 during Business hours (8:15 - 4:15). A4.5. PA has the capability to request a Criminal History background check through the CRIMINAL HISTORY (PATCH) System which is through the Internet. Use of this system is not authorized because fingerprints cannot be submitted in conjunction with the Criminal History Background check. A4.6. The form will be completed as follows. A4.6.1. DATE OF REQUEST: Day, Month, Year. A4.6.2. REQUESTER NAME: 305 Security Forces Squadron, SFAP/Entry Screening Facility A4.6.3. ADDRESS: 1738 East Arnold Avenue A4.6.4. CITY, STATE, ZIP: McGuire AFB, NJ, 08641. A4.6.5. CONTACT TELEPHONE NUMBER: Type your company phone number here. A4.6.6. REQUESTOR IDENTIFICATION: Mark an X in the Individual/NonCriminal Justice Agency A4.6.7. REQUESTOR IDENTIFICATION: Leave the Fee Exempt NonCriminal Just Agency box blank - this section is not used. A4.6.8. NAME/SUBJECT of RECORD CHECK - LAST, FIRST, MIDDLE A4.6.9. MAIDEN NAME AND/OR ALIASES A4.6.10. SOCIAL SECURITY NUMBER (SOC) A4.6.11. DATE OF BIRTH (DOB): Day, Month, Year A4.6.12. SEX A4.6.13. RACE A4.6.14. REASON FOR REQUEST: Check OTHER. Type in the following statement: Requires access to McGuire AFB in performance of contract with (your company name and address information). Attachment 5 Contractor Entry Authority List (EAL) Requirements A5.1. The EAL must include the following information regarding the contractor: A5.1.1. Company Name. A5.1.2. Company Address. A5.1.3. Company Point of Contact (POC). A5.1.4. Company POC Phone number. A5.1.5. Company On Site Contact name. A5.1.6. Company On Site Phone number. A5.1.7. Contract Number A5.1.8. Purpose of contract. A5.1.9. Duration of contract (Start and End Dates) A5.1.10. Location where contract is to be performed. A5.1.11. McGuire AFB Unit POC Name and Grade, A5.1.12. McGuire AFB Unit of Sponsor A5.1.13. McGuire AFB Unit POC Phone number A5.1.14. Administrative Contracting Officer POC A5.1.15. Administrative Contracting Officer POC Phone Number A5.1.16. Alphabetical listing of all contractor personnel to include full name (LAST, First Middle Initial). A5.1.17. Social Security Number of all contractors. A5.1.18. Date of Birth of all contractors. A5.1.18. Driver's license number and state of all contractors. A5.1.19. Alien Registration Number or passport number for all Non-U.S. legal immigrants. A5.2.. Subcontractors must be processed in the same manner as a prime contractor. A5.2.1. Subcontractors require all the above listed information and the following additional information which must be submitted: A5.2.1.1. Sub contractor company Name, A5.2.1.2. Sub contractor company Address, A5.2.1.3. Sub contractor company Point of Contact (POC), A5.2.1.4. Sub contractor company POC Phone number, NOTE: Any retired military or government personnel working as a contractor must be included on the EAL. YOUR COMPANY LETTERHEAD DATE FROM: (Your Company Address Information) MEMORANDUM FOR 305th Security Forces Squadron Entry Screening Facility SUBJECT: Entry Authority List (EAL) 1. The (Your Company Name) will be working on Contract Number (Example: F12958-06-C-0092) for the purpose of building the new Temporary Lodging Facility near bldg 2717 from 1 May 2006 through 31 May 2008. 2. My onsite POC will be (Example) John J. Johnson, and his on site phone number is (Example: (123) 456-7890). 3. The McGuire AFB Unit POC is (Example: Lt Tom T. Thompson) from the (insert unit name Ex: 305 SFS, 819 GRS, 305 CES), his phone number is (Example: (456)789-0123). 4. The Procurement/Administrative Contracting Officer is (Example: Mrs. Joan J. Jett) and her phone number is (Example: (789) 012-3456). 5. The following personnel will be required to access McGuire AFB on a daily basis for the length of the contract. LAST, First, MI SSAN Date of Birth Driver's License # and state THUMB, Thomas J. 123-45-6789 1 Jan 1981 NJ - H12345 67890 12345 PLUMMER, Patricia M. 456-78-9012 25 Dec 1986 PA - 1232445 KRAVER, Gregory A. 789-01-2345 4 Jul 1976 NY - A5432000 MOBLEY, James G. 012-34-5656 31 Dec 1982 DE - 1234532 6. If there are any questions, please contact me at (Example: (098) 765-4321). Signature Block of Company Approving Official 1st Endorsement, Contracting Officer Signature Block of Procurement/ Administrative Contracting Officer Attachment 6 Contractor Free Zone Requirements and Procedures A6.1. Free zones are temporary zones without protection level resources that are created within restricted areas when construction projects and similar activities make normal circulation controls inappropriate. A6.1.1. Requests to establish free zones must be coordinated with those agencies involved in the project, including the unit commander or staff agency chief having immediate responsibility for the operational resources of the area, the 305 SFS/CC and 305 SFS/S-3ISR. A6.1.2. Free zones are limited in size to the minimum necessary for the contract work to be completed. The free zone must seclude the construction area from the restricted area. A6.1.3. The ISC approves free zone establishment and concept of operations. Free zone approval must be in writing and is maintained by 305 SFS/S-3ISR and the organization most responsible for the project. A6.2. Requests to establish free zones will be submitted by letter to the Installation Security Council (ISC) voting membership after routing through the unit commander having immediate responsibility for the operational resources of the area, the restricted area OPR, and the 305 SFS/CC. A6.2.1. Projects within or adjacent to flight line controlled areas must be routed through 305 OSS/OSAM and Flight Safety (305 AMW/SE) prior to submittal to the ISC. A6.2.2. The 305 AMW/CV is the final approving authority. A6.2.3. Written requests for free zone establishment must contain the following information: A6.2.4. Estimated start and completion dates of the project. A6.2.5. Physical description of the area. A6.2.6. Prohibited areas. A6.2.7. A map indicating the requested free zone area and access routes to or from the free zone. A6.2.8. An outline of security procedures to be used to ensure restricted area integrity. A6.3. If a contractor is completing the work, the installation contracting officer gives the contractor a letter signed by the installation commander or the group commander responsible for the security of the area, outlining the contractor's security responsibilities. A6.4. The USAF organization or agency most directly associated with the project must watch the free zone boundary, provide escorts, and prevent unauthorized entry into the restricted area. Ensure sufficient personnel are available to provide constant surveillance for the entire free zone boundary. A6.5. Entry control to restricted areas containing free zones will not be delegated to contractors. A6.6. The USAF organization or agency most directly associated with the project ensures the free zone boundary is clearly marked with an elevated rope, barrier, fencing, or other suitable material, clearly delineating it from the restricted area. Normally, the provision and placement of boundary materials and markers are included in the contract as a contractor responsibility. A6.6.1. Signs identifying the free zone should face away from the free zone, so that they are visible upon approaching the free zone. A6.6.2. Restricted area signs will be placed every 100 feet on the inside of the free zone boundary, visible to workers inside the free zone, clearly marking the restricted area boundary where it adjoins the free zone. A6.6.3. Security forces will provide technical assistance in marking and maintaining the free zone boundary. (Note: Free zones WILL NOT be granted to replace, or granted as a convenience in place of, the need for escort officials and escorts.) A6.6.4. The free zone will be closed and secured at the end of working hours each day. A6.6.5. SFCC will be notified by owner/user prior to opening/closing/securing the free zone. A6.6.6. Security forces must conduct a sweep of the free zone area when closed for the day in areas containing PL1 and 2 resources. A6.7. Free Zones for Protection Level 4 Resources (Controlled Areas). A6.7.1. Free zones are established within controlled areas when construction projects and similar activities make it inappropriate/impractical to apply normal circulation controls. A6.7.2. Establish a free zone corridor from some point on the controlled area boundary to the work project to aid in moving personnel and equipment. A6.8. Controlled Area Free Zones. Establish free zones when construction projects or other temporary work activities make escort procedures impractical. Follow these general guidelines. A6.8.1. Allow entry to the project work area at some point on the boundary of the controlled area with a free zone corridor. A6.8.2. Ensure that the responsible activity maintains surveillance over the boundary of the free zone. A6.8.3. Close the free zone and secure the controlled area after normal work project hours. A6.8.4. If the temporary free zone inside a CA requires contractors to complete work around sensitive equipment or materials, owner/user personnel will be present any time contractors are in the area or will have the sensitive equipment or materials removed from the area. STATEMENT OF WORK STATEMENT OF WORK: The load testing inspection of equipment is to support the uninterrupted service of aircraft maintenance on McGuire AFB's flight line supporting worldwide missions. The load testing is required IAW AFOSHSTD 91-105 and ANSI Standard A92.2. The equipment must be load tested annually to provide uninterrupted aircraft maintenance capabilities during normal and Winter Ops. All equipment identified in this requirement is to be load tested in accordance with AFOSHSTD 91-501 and ANSI Standard A92.2 the inspection. The vehicles will need to have a magnetic particle, ultrasonic inspection as well as an acoustic emission test. The following is a list of all vehicles that require testing: 305th AMXS vehicles 605th AMXS vehicles Condor Deicers 99C0212 96C00273 99W0070 96C00274 01C0547 96C00275 96C00276 Deicers 96C00278 90C01575 01C00497 97C00617 01C00498 99C00221 02C00236 99C00225 03C00808 99C00231 03C00809 99C00232 04C00336 01C00496 04C00337 04C00342 04C00341 03C00807 06C00910 05C00383 JLG 1 JLG 2 JLG 3 JLG 4 JLG 5 - Load testing must be accomplished by 30 September for the 305th AMXS vehicles and must be approved and invoiced by 30 Sep. Once testing is completed on the 305th AMXS vehicles, testing must continue until all 605th AMXS vehicles testing is completed. Testing on the 605th AMXS vehicles must be completed by 1 Nov or before. - Load testing will be accomplished on site at Bldg 1801 Hangar Rd., McGuire AFB, NJ. The testing can be accomplished Monday thru Friday between the hours of 0700-1700, additional days/hours may be arranged as needed when coordinated with the 305/605 AMXS Vehicle Maintenance Section. - The POCs for the Vehicle Maintenance Section will be TSgt Stanfield and/or SSgt Morgan (ext 754-2766). - The Contractor will provide all necessary tools and equipment to perform the load testing. ehicle Load Testing for De-icier vehicles, condors and man-lift
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b4c27d314878cba191a1d2ef1d21434&tab=core&_cview=1)
 
Place of Performance
Address: 2402 Vandenberg Avenue, McGuire AFB, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN01678961-W 20080925/080923220338-f189a618f606a9a1c697fa0ef328cfcd (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  © 1994-2020, Loren Data Corp.