Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

J -- Maintenance Service ATV's and Scooters - Wage Determination - Performance Work Statement - Pricing Schedule

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-09-T-0017
 
Point of Contact
Jaclyn J Yates, Phone: 678-655-4958, Cynthia Weaver-Washington, Phone: 6786555115
 
E-Mail Address
jaclyn.yates@us.af.mil, cynthia.weaver-washington@dobbins.af.mil
(jaclyn.yates@us.af.mil, cynthia.weaver-washington@dobbins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule Performance Work Statement Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, 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. Solicitation FA6703-09-T-0017 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-36. Dobbins Air Reserve Base (ARB,) Georgia requires maintenance and repair service for one (1) lawn tractor, two (2) scooters and eight (8) all-terrain vehicles (ATV.) This acquisition is being set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code for this acquisition is: 811111 with a small business size standard of: $7 Million. Award will be made IAW FAR 13.106-2. The Government will award a Firm Fixed-Price (FFP) contract consisting of a basic year plus four (4) option periods resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. The period of performance for the base year is 25 September 2009 through 24 September 2010. The following items are required by Dobbins ARB, Georgia: Contract Line Item Number (CLIN) 0001 (Base Year) - Maintenance Service Honda ATVs DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for seven (7) Honda All Terrain Vehicles (ATV) in accordance with the attached Performance Work Statement (PWS.) Period of Performance (25 Sep 2009 through 24 Sep 2010) Contract Line Item Number (CLIN) 0002 (Base Year) - Maintenance Service Yamaha ATV DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) Yamaha All Terrain Vehicle (ATV) in accordance with the attached PWS. Period of Performance (25 Sep 2009 through 24 Sep 2010) Contract Line Item Number (CLIN) 0003 (Base Year) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs for seven (7) Honda ATVs and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2009 through 24 Sep 2010) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 0004 (Base Year) - Maintenance Service Tractor & Scooters DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2009 through 24 Sep 2010) Contract Line Item Number (CLIN) 0005 (Base Year) - Pick-up and Delivery DESCRIPTION: Contractor shall provide semi-annual pick up and return delivery transportation service of one (1) John Deere Lawn Tractor, two (2) Cushman Scooters, seven (7) Honda All Terrain Vehicles (ATVs) and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2009 through 24 Sep 2010) Contract Line Item Number (CLIN) 0006 (Base Year) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs to one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2009 through 24 Sep 2010) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 1001 (Option Year-1) - Maintenance Service Honda ATVs DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for seven (7) Honda All Terrain Vehicles (ATV) in accordance with the attached Performance Work Statement (PWS.) Period of Performance (25 Sep 2010 through 24 Sep 2011) Contract Line Item Number (CLIN) 1002 (Option Year-1) - Maintenance Service Yamaha ATV DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) Yamaha All Terrain Vehicle (ATV) in accordance with the attached PWS. Period of Performance (25 Sep 2010 through 24 Sep 2011) Contract Line Item Number (CLIN) 1003 (Option Year-1) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs for seven (7) Honda ATVs and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2010 through 24 Sep 2011) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 1004 (Option Year-1) - Maintenance Service Tractor & Scooters DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2010 through 24 Sep 2011) Contract Line Item Number (CLIN) 1005 (Option Year-1) - Pick-up and Delivery DESCRIPTION: Contractor shall provide semi-annual pick up and return delivery transportation service of one (1) John Deere Lawn Tractor, two (2) Cushman Scooters, seven (7) Honda All Terrain Vehicles (ATVs) and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2010 through 24 Sep 2011) Contract Line Item Number (CLIN) 1006 (Option Year-1) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs to one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2010 through 24 Sep 2011) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 2001 (Option Year-2) - Maintenance Service Honda ATVs DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for seven (7) Honda All Terrain Vehicles (ATV) in accordance with the attached Performance Work Statement (PWS.) Period of Performance (25 Sep 2011 through 24 Sep 2012) Contract Line Item Number (CLIN) 2002 (Option Year-2) - Maintenance Service Yamaha ATV DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) Yamaha All Terrain Vehicle (ATV) in accordance with the attached PWS. Period of Performance (25 Sep 2011 through 24 Sep 2012) Contract Line Item Number (CLIN) 2003 (Option Year-2) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs for seven (7) Honda ATVs and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2011 through 24 Sep 2012) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 2004 (Option Year-2) - Maintenance Service Tractor & Scooters DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2011 through 24 Sep 2012) Contract Line Item Number (CLIN) 2005 (Option Year-2) - Pick-up and Delivery DESCRIPTION: Contractor shall provide semi-annual pick up and return delivery transportation service of one (1) John Deere Lawn Tractor, two (2) Cushman Scooters, seven (7) Honda All Terrain Vehicles (ATVs) and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2011 through 24 Sep 2012) Contract Line Item Number (CLIN) 2006 (Option Year-2) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs to one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2011 through 24 Sep 2012) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 3001 (Option Year-3) - Maintenance Service Honda ATVs DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for seven (7) Honda All Terrain Vehicles (ATV) in accordance with the attached Performance Work Statement (PWS.) Period of Performance (25 Sep 2012 through 24 Sep 2013) Contract Line Item Number (CLIN) 3002 (Option Year-3) - Maintenance Service Yamaha ATV DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) Yamaha All Terrain Vehicle (ATV) in accordance with the attached PWS. Period of Performance (25 Sep 2012 through 24 Sep 2013) Contract Line Item Number (CLIN) 3003 (Option Year-3) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs for seven (7) Honda ATVs and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2012 through 24 Sep 2013) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 3004 (Option Year-3) - Maintenance Service Tractor & Scooters DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2012 through 24 Sep 2013) Contract Line Item Number (CLIN) 3005 (Option Year-3) - Pick-up and Delivery DESCRIPTION: Contractor shall provide semi-annual pick up and return delivery transportation service of one (1) John Deere Lawn Tractor, two (2) Cushman Scooters, seven (7) Honda All Terrain Vehicles (ATVs) and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2012 through 24 Sep 2013) Contract Line Item Number (CLIN) 3006 (Option Year-3) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs to one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2012 through 24 Sep 2013) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 4001 (Option Year-4) - Maintenance Service Honda ATVs DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for seven (7) Honda All Terrain Vehicles (ATV) in accordance with the attached Performance Work Statement (PWS.) Period of Performance (25 Sep 2013 through 24 Sep 2014) Contract Line Item Number (CLIN) 4002 (Option Year-4) - Maintenance Service Yamaha ATV DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) Yamaha All Terrain Vehicle (ATV) in accordance with the attached PWS. Period of Performance (25 Sep 2013 through 24 Sep 2014) Contract Line Item Number (CLIN) 4003 (Option Year-4) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs for seven (7) Honda ATVs and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2013 through 24 Sep 2014) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** Contract Line Item Number (CLIN) 4004 (Option Year-4) - Maintenance Service Tractor & Scooters DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform semi-annual maintenance service for one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2013 through 24 Sep 2014) Contract Line Item Number (CLIN) 4005 (Option Year-4) - Pick-up and Delivery DESCRIPTION: Contractor shall provide semi-annual pick up and return delivery transportation service of one (1) John Deere Lawn Tractor, two (2) Cushman Scooters, seven (7) Honda All Terrain Vehicles (ATVs) and one (1) Yamaha ATV in accordance with the attached PWS. Period of Performance (25 Sep 2013 through 24 Sep 2014) Contract Line Item Number (CLIN) 4006 (Option Year-4) - Repair Parts and Labor DESCRIPTION: Contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform minor repairs to one (1) John Deere Lawn Tractor and two (2) Cushman Scooters in accordance with the attached PWS. Period of Performance (25 Sep 2013 through 24 Sep 2014) **Contractor shall advise Government of any recommended work or repairs not identified in the PWS as semi-annual maintenance service and obtain approval prior to proceeding with repairs.** FAR 52.212-1 Addendum THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS ADDENDUM TO 52.212-1(b) Submission of Offers Insert proposed unit and extended prices in the Pricing Schedule (Attachment 2.) The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal must be submitted for base year plus four (4) one year option periods. Proposals are to include any discount terms. All proposals shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. All interested parties may submit a written proposal to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Proposals may also be submitted electronically to: jaclyn.yates@us.af.mil or cynthia.weaver-washington@us.af.mil or via FAX to (678) 655-3418. Oral proposals will not be accepted. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal. Offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. All proposals must be received NLT 4:00 p.m. EST 21 September, 2009. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes are to include any discount terms. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) CLAUSES INCORPORATED BY REFERENCE FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAR 2009) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009) (DEVIATION) is incorporated into this RFP and the following clauses within FAR 52.212-5, paragraph (b) apply: FAR 52.222-26 EQUAL OPPORTUNITY (MAR 2007) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) FAR 52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) flow down required in accordance with paragraph (f) of FAR clause 52.222-50. THE FOLLOWING CLAUSES AND PROVISIONS ALSO APPLY TO THIS ACQUISITION: FAR 52.217-5 EVALUATION OF OPTIONS (JUL 1990) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET ASIDE (JUN 2003) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) FAR 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS (MAY 2008) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) CLAUSES INCORPORATED BY FULL TEXT FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expiration. (End of clause) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 10 days before expiration of contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause) FAR 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 05070 - Automotive Worker; WG-8; $24.30 per hour plus 36.45% Fringe Benefits (End of clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 2009) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear 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. (b) Before consulting with an ombudsman, interested 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, Ombudsmen, Ms. Marsha R. Deming, HQ AFRC/A7KA, 255 Richard Ray Blvd, Robins AFB GA 31098-1635, Commercial Phone: 478-327-1607, Commercial FAX 478-327-2210 and e-mail marsha.denning@afrc.af.mil. 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. (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) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-09-T-0017/listing.html)
 
Place of Performance
Address: 1354 Atlantic Avenue, Dobbins ARB, Marietta, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN01953189-W 20090916/090915000113-cb6f7c898fec75843969a33d7c524f1f (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.