Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

D -- Digital Signage System for DFAS Limestone, ME

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-09-T-0016
 
Archive Date
4/30/2009
 
Point of Contact
Richard L. St Clair,, Phone: 614-693-1910, Darla ReneeWood,, Phone: 614-693-0291
 
E-Mail Address
richard.stclair@dfas.mil, darla.wood@dfas.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Title: Digital Signage System for DFAS Limestone, ME This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-09-T-0016: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-32, Effective 31 Mar 2009. This requirement is a 100% small business set-aside in regard to business size. The NAICS code is 512191 and the small business size standard is $29,500,000.00. Items: 0001 - Digital signage system meeting the requirements of the SOW. Quantity: 1 each as described in the SOW below. Unit of Measure: Each Prospective quoters must submit a total price for the requirements of this RFQ and attached SOW. Description of items/services: Statement of Work Digital Signage System - DFAS Limestone Scope: The intent of the proposed Digital Signage System is to display live video broadcast feeds via an existing VTEL teleconferencing unit with sound, display TV signal from a local cable broadcast company and various computer generated graphic bulletins, pictures, video and sound. The Contractor shall be responsible for the purchase, installation, and commissioning of the Digital Signage system according to the requirements set forth in this statement of work at the DFAS located at 27 Arkansas Rd. Limestone Maine 04751. Contractors are highly encouraged to inspect the site and to satisfy themselves as to all general and local conditions that may affect the cost of performance of the contract to the extent such information is reasonably obtainable. General monitor locations are indicated on Technical Exhibit 1. In no event will a failure to inspect the site constitute grounds for a claim after award of the contract. For a pre-quote site visit call the Contracting Officer Representative (COR), Mike Stotler, at (207) 328-1113. 1.0. Specifications 1.1. Interaction and Interface Specifications Defense Finance and Accounting Service Limestone (DFAS LI) is requesting quotes for a Digital Signage System that meets the following requirements that are related to interaction, interface, user accounts and system login characteristics. Contractor is required to furnish and install 10 (ten) each flat panel 46 “commercial grade LCD display units and connect to the digital signage system via CAT 5 cable, at DFAS Limestone, 27 Arkansas Rd., Limestone, ME. 04751. Contractor shall furnish and install all CAT 5 cabling, connectors, and related equipment to make the system operational according to this specification. The Contractor shall also furnish a stand alone PC and all digital signage equipment shall be rack mounted. 1. The interface for interacting with the video bulletin system must be HTML driven. JavaScript enhancements are acceptable. 2. The entire system must be accessible from the HTML interface. Systems which do not provide HTML access to the adjustment of the bulletin's appearance, the uploading of media or any other material aspect of day to day operation are not acceptable. 3. Systems must not use distributed binary applications which must be installed on the end user's machine for any aspect of the system's operation. Examples of this include systems which use ActiveX or Java to provide feature functionality to an end user. The use of these technologies is not acceptable. 4. Distributable binaries are acceptable for screen saver applications where the system provides, or has the option to provide, screen saver modules that mirror the system's display on client PC's and Macintosh computers. 5. Users must log on to the system using a username and password that may or may not be shared with multiple users. 6. Multiple users must be able to log in to the system simultaneously. 7. No artificial limit may be placed on the number of user accounts that may be created. 8. User rights must be configurable on a user account basis, allowing the system administrator to create accounts with varied levels of access. 1.2. Display Configuration Specifications DFAS LI is seeking a display system with flexible distribution potential. Specifically, the ability to display varied bulletin on multiple display outputs is an important consideration. The proposed system to be purchased must meet the following specifications related to the system's display configuration and capability: 1. The system must be capable of 16x9, 9x16 and 4x3 displays. 2. Each display must be capable of displaying multiple bulletins at a time, separated into zones within the display. 3. The system must be able to allow zones to be shared across multiple channels of digital signage. 4. Individual bulletins must be able to be shared across multiple zones. 5. The system must be expandable to multiple channels. Provide details regarding any limitations or licensing issues related to multiple channel outputs. 6. The system must be able to squeeze or expand bulletins to accommodate multiple aspect ratios in a given installation. 1.3. Bulletin Creation and Media Specifications The proposed system to be purchased must provide a wide range of media capabilities and bulletin flexibility. Bulletins are scheduled to appear at any user specified time. As bulletins are activated via their schedule, the system adds them to the display by cycling through each bulletin, returning to the first bulletin when all have been displayed. The proposed system must meet the following bulletin creation and media specifications: 1. The system must provide a means of creating bulletins from reusable templates. 2. The system should provide a set of preloaded templates. 3. The system must provide a means of creating additional templates. The creating of templates must be achievable from the system's HTML interface and without the aid of proprietary technology, such as ActiveX controls or Java applications. 4. The scheduling portion of the software must include an on date/time, an off date/time, the ability to exclude specified days of the week and the ability to exclude specified periods of the day. 5. The system must provide the ability to add additional media content to the system through the HTML interface. 6. The system must be able to import and display the following video formats: MPEG-1/2/4, Windows Media and QuickTime. 7. The system must be able to import and display the following image formats: PNG, JPEG and BMP. 8. The system must be able to import and play the following audio formats: WMA (no copy right protection), MP3 and WAV. 9. The system must provide for the import of Adobe Systems Flash animations. 10. The system must provide the capability of importing pictures from the web, updating them at specified intervals. 11. The system must provide for the ability to receive streaming video from a Windows Media Server or an MPEG-2 stream, compatible with Visionary Solutions and V-Brick streaming products. 12. The system must provide a simple means of repeating a bulletin more than one time within a normal run of scheduled bulletin. For example: Show this bulletin every 3rd time. 13. The system must include the ability to replay audio. 14. The audio capabilities must include the ability to receive analog audio from an external source and to adjust this audio's volume when bulletin audio is present. 15. The audio capabilities must include the ability to replay audio stored on the systems hard drive as a background audio track, which accompanies the graphic display. 1.4. Data Driven Bulletin Specifications DFAS LI is seeking a display system with the ability to automatically generate bulletins utilizing data from external sources. The proposed system to be purchased must meet the following specifications related to dynamic bulletin creation: 1. The system must provide a means of displaying weather information from an external source. Provide any information related to ongoing costs associated with this feature. These costs will be factored into the system's cost. 2. The system must provide the ability to interface with television automation hardware, displaying information related to program schedules in an automated fashion. 3. The system must provide a means of receiving news, entertainment, trivia, sports and other information from a wide variety of sources over the Internet using RSS feeds. Provide information related to costs associated with this feature, including any ongoing subscription fees that may apply. 4. The system must provide a method for displaying scheduled information from iCal, Dean Evans and Associates EMS, Resource 25 and other scheduling systems. 1.5. Contractor required hardware The “or equal” specifications for the following items are provided in paragraph 7.0 of this SOW. 1. Contractor to furnish 1 each Personnel Laptop Computer minimum Intel Core 2 Quad Q6600 2.4GHz processor with 8MB of cache and n Force 630i motherboard for superior multimedia display quality. Blu-ray/DVDRW optical drive used to rip CDs and to make CDs, DVDs, dual layer DVDs and DVD-RAM discs. ATI Radeon HD3650 Pro 512MB DDR2 video card. Multi-in-one card reader, front and top accessible audio, firewire, and USB 2.0 ports. The following software needs to be installed XP operating system, Firefox (last version), Adobe Elements (latest version), Photo Shop (latest version) 2. Contractor to furnish 1 each Exhibio X-Series Digital Signage Engine or equal 3. Contractor to furnish 1 each 8x16 MTP MTPX 816 Twisted Pair Matrix Switcher or equal for RGBHV, Video, Audio, and RS-232 (needs to be rack mounted) 4. Contractor to furnish 10 each Universal MTP U R RSA SEQ - Mini Twisted Pair Receiver or equal for VGA, Video, Audio, and RS-232 with Skew Equalization (1/ LCD TV device) 5. Contractor to furnish 10 each 46” NEC Multi Sync LCD 4620-2-IT with speaker kit SP4020-4620 or equal. 5 LCD units need to be wall mounted and 5 units need to be ceiling mounted. Contractor to furnish all mounting hardware and labor. 6. Contractor to install CAT 5 shielded cable from matrix switcher to universal MTP unit. Contractor is required to install all necessary cable from MTP unit to LCD unit. 7. Contractor to interface new digital signage system with existing VTEL VTC unit for live board casting via the signage system. 2.0. Training and Warranty Contractor is responsible to furnish and install all hardware, software and cabling to make a complete stand alone working Digital Signage System. The Contractor shall provide a minimum of one (1) eight (8) hour on site training for up to four (4) DFAS employees as part of this contract. Upon completion of training employees shall understand how to perform basic operations to effectively populate digital signage system. The Contractor shall include a three (3) year warranty with unlimited access to technical support and engineering services, guaranteed eight (8) hour on-site response to service calls, and three (3) year hardware and software upgrades. 3.0. Reseller Qualifications The system to be purchased under this specification must be provided by a reseller that is factory authorized to install, train and service the system on location at DFAS LI. As a condition for consideration, the respondent must provide a letter from the manufacturer explicitly stating the respondent's status as an authorized provider of on-site training, installation and service. 4.0. Safety and Health a.Industry Standards: All work shall comply with the applicable requirements of 29CFR 1910/1926, NFPA standards, NEC, applicable state, and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. Prior to start of work the Contractor shall be briefed by the COR on DOD safety Policy. b.Liability: The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work, and shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in injury, illness, or death. c.Personnel Protective Equipment: The Contractor shall provide all necessary safety equipment, personal protective equipment (PPE) and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly. 5.0. SECURITY / ANTI-FORCE PROTECTION 5.0.For the safety and security of DFAS employees the contractor shall be required to abide by DFAS Workplace Violence Prevention Policy, Attachment 1 and Security Control Procedures stated below. 5.0.1.Upon award, access by the Contractor will be controlled by DFAS Limestone Field Site Security Office personnel. The Contractor shall be required to present proper identification (valid pictured identification) and demonstrate the purpose of the visit prior to being granted access to the Site. 5.0.2.Vehicle access will be provided on an as needed basis as determined by the COR and Security Office personnel. The Contractor shall request this access no later than one week prior to starting work. The Contractor is required to park in the parking lot outside the back entrance gate if access isn’t acquired. No Contractor personnel or vehicles will be permitted in the front area of the facility. 5.0.3.Prior to visiting the site, the Contractor shall provide a list of employees to the COR to aid in contractor ID verification. Once identification and purpose of the visit is confirmed, the Contractor shall sign the visitor control log and be issued a visitor/contractor badge from the security office. The contractor shall then be instructed to: a.Safeguard the visitor/contractor badge at all times. b.Ensure it is worn in the proper manner. c.Follow all instructions regarding facility escort requirements. d.Promptly report loss of the visitor/contractor badge to the Security Office. e.At the completion of the visit, sign out of the facility on the visitor control log and return any visitor/contractor badge issued. f.Read and Sign the DFAS Workplace Violence Prevention Policy below. 6.0. SECTION 508 REQUIREMENTS: See the RFQ for Section 508 requirements (provision DAS 52.39-9000). 7.0 Specification Sheet for Section 1.5. Contractor required hardware: Lap top Computer – or Equal 17” Notebook PC, Windows XP Pro Operating System, Notebook PC, 1 - Express Card Slot/54 Expansion Ports, WUXGA+ anti-glare Display, 1920 x 1200 Resolution, Intel Processor, Core 2 Duo Processor Class, 2.53GHz Processor Speed, 1066MHz Processor FSB, 6MB L2 Cache, DDR2 Memory, 2GB Memory Size, DDR2 800 Speed, 2 Memory Slots (1 spare), Dedicated Graphics, NVIDIA Quadro FX 2700M, 512MB Dedicated Video, VGA (15-Pin D-Sub) HDMI Video Interface, 250GB Hard Drives, 7200 RPM speed, Blu-Ray R/RE DVD+/-RW SuperMulti DL Optical Drive, Supplemental Drive Media Reader, 6-in-1 Capacity, Integrated Audio Hi-Definition (HD) Audio Support, 4 USB Ports, 1 FireWire Port, 1 LAN Ports, 1 Modem Port, 1 Audio Out Jacks, 1 Microphone Jacks, 1 VGA Ports, 1 HDMI Ports, 1 – Docking Port Replicator/Connector, 1 eSATA Port, Integrated Modem/LAN/Wireless LAN, and Bluetooth Communication, Bluetooth™ Intel WiFi Link 5300 RJ-11 Phone and RJ-45 Ethernet Interface, Bluetooth 2.0 56Kbps Modem 10/100/1000Mbps Network Up to 450 Mbps Data Transfer Rate, 802.11a /802.11b/802.11g/802.11n/ V.92 Protocols, Full-sized keyboard with separate numeric keypad, Biometrics Up to 4.25 hours, Firefox / Adobe Elements / Photo Shop Latest Versions Software, Integrated Webcam with 2.0MP Resolution. Digital Signage Engine or Equal Intel Core 2 Duo Processor, 1 x HDMI / 2 x 15 pin VGA video output/1 x DVI, 5.1 CH (via HDMI)/ 1 x Line-Out, 1 x Mic-In audio, 80 GB SATA 2.5” hard drive, Mini X Integrated Optical DVD/CDRW CD-Rom, Intel 10/100/1000 Mbps / Wireless 802.11B/G Network, 4 USB 2.0 (2 Rear, 2 front), 110/240 AC Auto Sensing Power, MP3 / WAV / AIF / WMA Audio, MPG1 / MPG2 / MPG4 / WMV / MOV / AVI Movies, BMP / GIF / JPG / PNG Images, One-year limited warranty on parts and labor included. Switcher or Equal Video 8 x 16 matrix, 3 x 1 local Routing / Unity Gain / -80 dB @ 1 MHz, -71 dB @ 5 MHz, -55 dB @ 10 MHz, -45 dB @ 30 MHz, -37 dB @ 100 MHz Crosstalk / 200 ns (max.) Switching speed, Local video input = 3 or 6 analog RGBHV, RGBS, RGsB, RsGsBs, component video (bi-level and tri-level), S-video, composite video number/signal type / 3 or 6 female 15-pin HD connectors / 0.7 Vp-p for RGB Nominal level / Minimum/maximum levels 0.3 V to 1.45 Vp-p with no offset at unity gain / 75 ohms Impedance / 15 kHz to 130 kHz Horizontal frequency / 30 Hz to 150 Hz Vertical frequency / <-30 dB @ 5 MHz Return loss / DC offset (max. allowable) 250 mV, Main video input 8, 16, or 32 female RJ-45 connectors, Local video output = 2 analog RGBHV, RGBS, RGsB, RsGsBs, component video (bi-level and tri-level sync), S-video, composite video / 2 female 15-pin HD Connector / 0.7 Vp-p for RGB Nominal level / 75 ohms Impedance / <-30 dB @ 5 MHz Return loss / DC offset <±20 mV with input at 0 offset, Main video output = 8, 16, or 32 (depending on configuration) female RJ-45 connectors, Audio = 8 x 16 mono matrix, 3 x 4 local Routing / Gain Unbalanced output: 0 dB; balanced output: +6 dB / 20 Hz to 20 kHz, ±1 dB Frequency response / THD + Noise 0.15% @ 1 kHz at nominal level / S/N >70 dB at maximum output (unweighted) / CMRR >43 dB @ 20 Hz to 20 kHz, Local Audio input = 6 stereo, balanced/unbalanced Number/signal type / (6) 3.5 mm captive screw connectors, 5 pole Connectors / >10k ohms unbalanced Impedance / Nominal level +4 dBu (1.23 Vrms), -10 dBV (316 mVrms) / Maximum level +18 dBu, balanced or unbalanced at 1% THD+N, Main audio input = 8, 16, or 32 (depending on configuration) female RJ-45 connectors, Local audio output = 8 dual mono, balanced/unbalanced Number/signal type / (8) 3.5 mm captive screw connectors, 5 pole / 50 ohms unbalanced, 100 ohms balanced Impedance / ±1 dB channel to channel Gain error / Maximum level (Hi-Z) +18 dBu, balanced or unbalanced at 1% THD+N / Maximum level (600 ohm) +15 dBm, balanced or unbalanced at 1% THD+N, Main audio output = 8, 16, or 32 (depending on configuration) female RJ-45 connectors / Remote control switcher host control = Serial 1 RS-232 or RS-422, rear panel 9-pin female D connector 1 RS-232 front panel 2.5 mm mini stereo jack / 9600 baud (default), 19200, 38400, and115200 (adjustable); 8 data bits; 1 stop bit; no parity Baud rate and protocol / Serial control pin configurations - 9-pin female D connector RS-232: 2 = TX, 3 = RX, 5 = GND, RS-422: 2 = TX-, 3 = RX-, 5 = GND, 7 = RX+, 8 = TX+ / Tip = TX, ring = RX, sleeve = GND / Program control for Windows and Simple Instruction Set / Warranty - 3 years parts and labor. LCD 46” - or Equal 46” LCD, 1366x768 Resolution, 0.75 H×V Pixel, Aspect Ratio 16:9, Contrast Ratio 1800:1, 700 cd/m2 Brightness, 178° Viewing Angle, 16ms Response Time, NTSC, PAL, Picture-In-Picture, SECAM Color System, Formats (480i, 480p, 720p, 1080i), Inputs (back) = 3 BNCs Component, 24 pin DVI-D, RGB 15-Pin Dsub, Black Bezel Color, 3 year Warranty. Attachment 1 WORKPLACE VIOLENCE PREVENTION POLICY CRISIS ACTION PLAN CERTIFICATION I hereby certify that I have received a copy of the DFAS Limestone Workplace Violence/Crisis Action Plan. I understand that exhibiting violent behavior, issuing threats, or otherwise indicting an intent to harm someone, is prohibited. I understand that violating this policy may result in disciplinary/administrative action up to, and including, termination of employment, and the possibility of criminal prosecution. I acknowledge responsibility to notify either my supervisor, security manager, or COR, regarding threats, potential threats, or acts of violence against DFAS Limestone employees and/or property. I realize that reported allegations must be made in a good-faith effort to protect employees and property. I understand that deliberate, unwarranted allegations will be viewed as an attempt to disrupt agency operations and disciplinary action may be taken against me. I acknowledge that I cannot bring anything onto DFAS Limestone property in my vehicle or on my person that can be construed or used as a dangerous weapon. I realize that DFAS Limestone has the right to search my vehicle, work area, personal possessions, or person for items that can be used or construed as a dangerous weapon. DFAS Limestone may seize any dangerous item deemed necessary under this policy. _______________________________________ Company Name _______________________________________ Printed Name of Employee/Contractor _____________________________________________________ Date Signature of Employee _____________________________________________________ Date Signature of Security Officer Performance Periods: Within 60 days after date of award. Place of Performance is: Limestone, ME. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: Section 508 Compliance ------------------------------- DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003) (a) Submission of the representation referenced in paragraph (b) and (c) is a prerequisite imposed by 36 CFR 1194 for making or entering into this contract. (b) By submitting an offer or quote, the offeror represents that the products and services offered in response to this solicitation comply with the Electronic and Information Technology (EIT) Accessibility Standards at 36 CFR 1194, unless stated otherwise within the quotation or proposal. (c) By submitting an offer or quote, the offeror further represents that any EIT products and services offered in response to this solicitation that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. (End of Provision)" DFAS 52.223-9000, “ENVIRONMENTALLY PREFERABLE PRODUCTS” (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government’s polices on Green Contracting. FAR 23.403 sets forth the Federal Government’s policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency’s Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors’ product/service. When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, (a) the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (November 2007) (a) As prescribed in DFARS clause 252.232-7003 Electronic Submission of Payment Requests (March 2007), Contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Workflow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper copies will no longer be accepted or processed for payment unless the conditions of DFARS clause 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. There is a “Getting Started Guide” for WAWF and a free on-line computer based training module available at www.wawftraining.com. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF and eCommerce Tools are available at http://www.dod.mil/dfas/contractorpay/electroniccommerce/ECToolBox.html. (d) Invoices shall be submitted via WAWF-RA as (choose single type or multiple types) a “2-in-1”, a “Combo”, or as a “Cost Voucher”. [Note: Cost Vouchers may be submitted only if the contract terms and conditions specifically authorize payment via a cost voucher.] [WAWF-RA invoice types authorized for the submission of payment requests are: 1. Combo – Invoice and Receiving Report. To be used for goods or any combination of goods and services. 2. 2-in-1 invoice: Normally used for services only contract, however, it may be and is used for goods and/or services. 3. Cost voucher: Used if billing for cost type/reimbursable contracts. Cost vouchers are only used when contracts/orders require invoices be sent to DCAA for approval; and if specifically authorized in the contract. 4. Progress Payments: Used when contracts/orders contain FAR 52.232-16 or DFARS 252.232-7004. 5. Performance Based Payments: Used when contracts/orders contain FAR 52.232-32] (e) DoDAACs or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s); regardless of other DoDAACs used on the contract. It is important to note that if EDA is used to pre-populate the Address (DoDAAC) information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below. Issued by DoDAAC - _As noted on the Front Page of this order/contract_ (Enter the “Issued By” Code) Admin DoDAAC - _As noted on the Front Page of this order/contract_ (Enter the “Administered By” Code -Usually the same as the “Issued By” Code). Payment DoDAAC – _As noted on the Front Page of this order/contract_ (Enter the “Payment Will Be Made By” Code) Acceptor DoDAAC - __Contact the COR/GPOC for Acceptor DoDAAC_ (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment). Acceptor - _Contact the COR/GPOC for Acceptor Information_ (Enter the name and phone number of the acceptor) Inspected By DoDAAC/EXT - ____________ (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC). LPO DoDAAC/ EXT - ______________ (Leave blank unless the DFAS activity is requesting the LPO function be utilized and has provided the DoDAAC). (f) The Contractor shall send email notification to the following listed addresses. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “ Send More Email Notification” on the page that appears and input applicable e-mail address (see below). This additional notification to the government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. (Include the following e-mail addresses as applicable.) (1) WAWF Acceptor (e-mail address): __As noted in this order/contract___ [Acceptor’s work e-mail address, not the WAWF-RA Org e-mail address] (2) Contracting Officer Representative (COR) (e-mail address): _As noted in this order/contract_ (3) Government Point of Contact (GPOC) (e-mail address): _As noted in this order/contract_ (4) Alternate COR or GPOC (e-mail address): _As noted in this order/contract_ (END OF CLAUSE) Quotes are due by 1:00 p.m. EST on 15 Apr 2009. Facsimile and e-mail quotes are acceptable and preferred Quotes may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Fax Number: 614-693-1808 e-mail address: Richard.Stclair@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0abf273c5e49c1c32c80b6b39d7ffe66&tab=core&_cview=1)
 
Place of Performance
Address: DFAs Limestone, Maine, 27 Arkansas Rd., Limestone, ME 04751, Limestone, Maine, 04751, United States
Zip Code: 04751
 
Record
SN01785161-W 20090405/090403220428-0abf273c5e49c1c32c80b6b39d7ffe66 (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.