Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

53 -- Magnetic Keylock System - Brand Name Justification - Line Items

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3CH9152A001MagneticKeylockSystem
 
Archive Date
9/4/2009
 
Point of Contact
Stephanie Smith, Phone: 302-677-5258, Rose Jordan, Phone: 302-677-5042
 
E-Mail Address
stephanie.smith3@dover.af.mil, rose.jordan@dover.af.mil
(stephanie.smith3@dover.af.mil, rose.jordan@dover.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Item List Brand Name Justification This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and DFARS Change Notice 20090729. North American Industry Classification System Code 332510 with Size Standard 500 employees applies to this procurement. This is a brand name requirement. Reference number F1Q3CH9152A001MagneticKeylockSystem is issued as a request for quotation (RFQ). IAW DFARS 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov Offerors shall electronically complete FAR 52.212-3, Offer or Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. The basis of award will be best value which will be determined by the Contracting Officer. Description of requirements: Please quote in the following format: Item # Description Quantity Unit of Measure Unit Price Extended Price See attachment for item list. FOB: Destination for delivery Dover AFB, DE 19902-7300. The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certification - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Simplified Acquisition (Other Than Commercial Items) FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Corporation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-25, Affirmative Action Compliance FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electric Funds Transfer - Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001 (Deviation - Jan 2009), Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ 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.] Concerns, 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 (703) 588-7004, fax (703) 588-1067. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the 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 the 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 form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 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. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 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). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until September 8, 2009.) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) FAR 52.222-22 -- Previous Contracts and Compliance Reports. As prescribed in 22.810(a)(2), insert the following provision: Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) Addendum 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. a. If you are registered in CCR, please go to Step 3 below. b. 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). a. 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/. b. 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.). c. 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). a. 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. b. To see if an EB POC is listed for your company, go to http://www.ccr.gov/http://www.ccr2000.com/ 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. c. 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. d. Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. e. 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. f. 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). a. In medium to large sized companies, there may be a need to establish more than one GAM. b. A GAM determines who has access to the WAWF-RA vendor account. c. 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. d. The appointment letter should be faxed to the WAWF-RA Customer Support Center. e. The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. f. The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address a. 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. b. The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. c. 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. d. 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 a. Set up the PCs of your organization's users to access WAWF-RA. b. 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 a. Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. b. Select the "Self Register" link on the WAWF-RA home page and follow the instructions. c. 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. d. 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. e. If further assistance is needed, contact the WAWF-RA Customer Service Center. f. 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 1-866-618-5988, Option 1 COMMERCIAL 801-777-3282, Option 8, 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. IMPORTANT INFORMATION FOR CONTRACTORS: Any award will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost, is located at http://www.wawftraining.com. SEE ROUTING SHEET ON FOLLOWING PAGE WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Dayton/Omaha at (800) 330-8168 or faxed to (866) 244-2894. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS Vendor Pay Inquiry System (VPIS) web site at http://www.dod.mil/dfas/money/vendor. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: FA4497-09-P-XXXX DELIVERY ORDER NUMBER: Not Applicable TYPE OF DOCUMENT: Invoice & Receiving Report (Combo) CAGE CODE: XXXXX ISSUE BY DODAAC: FA4497 ADMIN DODAAC: FA4497 INSPECT BY DODAAC: Usually N/A SERVICE ACCEPTOR / SHIP TO: F1Q3CH LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: F67100 SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: stephanie.smith3@dover.af.mil CONTRACTING OFFICER: pamela.alston@dover.af.mil ADDITIONAL NOTIFICATION: ray.couey@dover.af.mil ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: END OF ADDENDUM Written quotes must be received no later than 20 August 2009, at 4:00 pm EST. Quotes may be e-mailed to stephanie.smith3@dover.af.mil; fax accepted at (302) 677-2309. If you have questions, please contact Stephanie Smith via email or telephone at 302-677-5258. Alternate contact Rose Jordan at 302 677-5042 or email rose.jordan@dover.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3CH9152A001MagneticKeylockSystem/listing.html)
 
Place of Performance
Address: 436 CES, Bldg 401, 430, 435, Dover AFB, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN01915096-W 20090819/090818002313-950617f5c80b56566b3a7e4fff5c459e (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.