Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

70 -- MicroFit Health Wizard 5 & FAS-2 - Combo Synopsis/Solicitation

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3H3G34212A001
 
Archive Date
10/9/2014
 
Point of Contact
Cody R. Benjamin, Phone: 4022949601, John A. Smith, Phone: 4022321457
 
E-Mail Address
cody.benjamin@offutt.af.mil, john.smith.97@us.af.mil
(cody.benjamin@offutt.af.mil, john.smith.97@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combo Synopsis/Solicitation F3H3G34212A001 REQUEST FOR QUOTE # F3H3G34212A001 MicroFit Fitness Package The 55th Contracting Squadron 101 Washington Square, Offutt AFB, NE 68113 is issuing a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) reference number F3H3G34212A001 IAW FAR Part 12 and 13. This requirement is being solicited through FedBizOpps, as a 100% small business set-aside IAW FAR 8.405-5(a)(1)(i). The North American Industry Classification System (NAICS) Code for this requirement is 334510, - Electromedical and Electrotherapeutic; with a size standard of 500 Employees. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76 effective 22 September 2014. The Government intends to award one (1) Firm-Fixed Price (FFP) contract for MicroFit Health Wizard 5 software (Health History, Fitness Profile and MicroFit Manger programs) and FAS-2 Hardware (Caliper, Blood Pressure Cuff, Scale, Strength Platform Flexometer and Clip on Heart rate for Treadmill for Treadmill) or Step (HRT) or equal- Offutt Air Force Base, Nebraska in support of 55 Civil Engineering Squadron (55 CES). Only quotes submitted by small business concerns will be accepted by the Government. Any quote submitted by a contractor that is not a small business concern will not be considered for award. SCHEDULE: Offeror is to provide a quote for the requirement listed below, and at a minimum the quote shall include quantity, unit, and total price for the following schedules. If a contract line item number (CLIN) is not separately priced (NSP), please annotate unit price as zero (0) and place "NSP" in the total price column. Offerors that do not submit pricing for all items will be considered as unresponsive to this solicitation and withdrawn from consideration for award. TABLE 1 QUOTE # F3H3G14246A001 Offeror CLIN CLIN & Requirement Qty Unit Price U/I Total 0001 MicroFit Health Wizard 5 software (Health History, Fitness Profile and MicroFit Manger programs) and FAS-2 Hardware (Caliper, Blood Pressure Cuff, Scale, Strength Platform Flexometer and Clip on Heart rate for Treadmill for Treadmill) or Step (HRT)or equal. 1 $ EA $ Total $ 0.00 Fitness Program (software and hardware): MicroFit Health Wizard 5 software (Health History, Fitness Profile and MicroFit Manger programs) and FAS-2 Hardware (Caliper, Blood Pressure Cuff, Scale, Strength Platform Flexometer and Clip on Heart rate for Treadmill for Treadmill) or Step (HRT) or equal. The fitness assessment program must meet the following requirements: -NFPA 1500 requirements -IAFC/ IAFF Fire Service Joint Labor Management Wellness-Fitness Initiative requirements -Provide individual reports -Provide group reporting capabilities facilitates assessment of program outcomes, benchmarking and program evaluation. -Compatible with treadmill use -Systematically track individual and group outcomes over time with a variety of reliable and attractive color reports. Delivery Information: FOB: Destination INSPECTION AND ACCEPTANCE: Government PERIOD OF PERFORMANCE: 30 Days ACD PLACE OF PERFORMANCE: Offutt AFB, Nebraska Quotation Preparation Instructions: To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. a. Questions Concerning the RFQ: (1) Questions regarding this RFQ shall be directed ONLY to the 55th Contracting Squadron personnel. (2) Questions shall be directed to Contract Specialist, SrA Cody Benjamin via email to cody.benjamin@us.af.mil, reference solicitation # F3H3G14246A001 in the subject line of the email. (3) Questions are due at 2:00 p.m. CST on 23 September 2014. (4) Alternate point of contact for this requirement is TSgt John Smith, Contracting Officer, john.smith.97@us.af.mil b. Quote Submittal: (1) Quotes shall be submitted electronically to SrA Cody Benjamin, Contract Specialist, at cody.benjamin@us.af.mil and TSgt John Smith, Contracting Officer, john.smith.97@us.af.mil (2) Due date for quotes is 2:00 p.m. CST 24 September 2014. (3) All offerors shall be registered in System for Award Management (SAM.GOV) https://www.sam.gov/portal/public/SAM/. c. General Information & Quote Format: (1) Pricing shall include all line items as listed above. No partial proposals will be considered. No partial awards will be made. (2) Quotes shall include the vendor's contract line item numbers (CLIN). (3) At a minimum, quotes shall include the following information within the quote submitted 1. Company Name 8. E-Mail Address 2. Street Address/PO Box Number 9. DUNS Number 3. City/State/Zip 10. CAGE Code 4. Web Site 11. Federal Tax ID Number 5. Point of Contact 12. Company Size (Large, Small, 8a, SDB, Emerging Small Business, HUBZone, Veteran Owned, WOSB, EDWOSB) 6. Phone Number 7. Fax Number Evaluation Factors EVALUATION: The Government will award a firm fixed-price contract to the Offeror whose proposal is the most advantageous to the Government price and other factors considered. The following factors will be evaluated: 1. Technical Evaluation will consider offeror's solution to provide services/supplies required in accordance with the Performance Work Statement. Based on the following: a) MicroFit Health Wizard 5 software (Health History, Fitness Profile and MicroFit Manger programs) and FAS-2 Hardware (Caliper, Blood Pressure Cuff, Scale, Strength Platform Flexometer and Clip on Heart rate for Treadmill for Treadmill) or Step (HRT) or equal. b) Must be registered in www.sam.gov at time of award. c) Performance shall comply with industry standards in accordance with the following publications: - NFPA 1500 requirements - IAFC/ IAFF Fire Service Joint Labor Management Wellness-Fitness Initiative requirements 2. Price Evaluation will consider pricing for the Fitness Program package to include both software and hardware. Basis of Award Basis for award: A single firm-fixed price purchase order award will be made to the responsive and responsible vendor (IAW FAR 9.1), as supplemented, whose quotation meets or exceeds the acceptability standards for non-cost factors. The Government will select the quotation with the lowest evaluated price from among those meeting the acceptability standards for non-price factors, which reflects a complete understanding of the salient characteristics and is judged, based on the evaluation factors and subfactors, to represent the lowest price technically acceptable (LPTA) quotation. Best Value is represented by LPTA. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. If the quotation does not provide pricing for all items, the offeror will be considered nonresponsive, excluded from competition, and will not be considered for award. While the Government will strive for maximum objectivity, the source selection process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process. Quotations should contain the offeror's best terms on a price and technical-specification acceptability standpoint. * The Government reserves the right to cancel this solicitation, any time before contract award. All items are for U.S. Government use, and shall be marked accordingly. ** Any Open Market items MUST be annotated accordingly. ***Quotes shall be accepted, until the listed close date, either through the FedBizOpps automated system or through direct e-mail transmissions to the above listed e-mail address. Provisions and Clauses The following provisions and clauses are applicable to this acquisition. Provisions and/or clauses marked with a * require the offeror to provide responsive information as set forth within those provisions and/or clauses. This responsive information shall be submitted in the same format provided within those provisions or clauses at the time a Quote is submitted. The following clauses and provisions are applicable to this RFQ and can be viewed through internet access at the Federal Acquisition Regulation (FAR) Site, http://farsite.hill.af.mil: Provisions and Clauses by Reference: FAR Clause 52.212-4 -- Contract Terms and Conditions-Commercial Items FAR Clause 52.232-39 -- Unenforceability of Unauthorized Obligations FAR Clause 52.247-34 -- F.O.B. Destination FAR Clause 52.253-1 -- Computer Generated Forms DFAR Clause 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports Provisions, Clauses, and Addendums by Full Text Full Text FAR Clause 52.212-1 Instructions to Offerors-Commercial Items Addenda: No Addenda FAR Clause 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 shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price Technical capability and price are equally important. (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. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (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) 52.222-50, 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)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ____ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (July 2013) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (July 2013) (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. ____ (iv) Alternate III (Jul 2010) of 52.219-9. __X__ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (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. ____ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (July 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (23) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (25) 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). ____ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). __X__ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___X_ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). ___X_ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___X_ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). ____ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ____ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(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. ____ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ___X_ (41) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). ____(42)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (ii) Alternate I (MAR 2012) of 52.225-3. (iii) Alternate II (MAR 2012) of 52.225-3. (iv) Alternate III (NOV 2012) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 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)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __X__ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (53) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (54) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (55) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (56)(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.) _____ (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). _____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (x) 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)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 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. 252.232-7006 Wide Area Workflow Payment Instructions See DoD Class Deviation 2013-O0005, Wide Area WorkFlow Payment Instructions, issued on January 22, 2013. This deviation authorizes contractors performing work under contracts administered by ONR Regional Offices to use PayWeb, while it is being phased out, as an alternate method of sending submissions to Wide Area Workflow in addition to the more commonly used methods listed in DFARS 252.232-7006. This deviation remains in effect until September 30, 2014. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F3H3G3 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F67100 Issue By DoDAAC FA4600 Admin DoDAAC FA4600 Inspect By DoDAAC F3H3G3 Ship To Code F3H3G3 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F3H3G3 Service Acceptor (DoDAAC) F3H3G3 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. craig.shrimpton.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 5352.201-9101 Ombudsman (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Tonney Kaw-uh 129 Andrews Street Langley AFB, VA 23665 Phone Number: (757)764-5372 Fax Number:(757)764-5372 Email Address: Kaw-uh@langley.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] LOCAL REQUIREMENTS 14 August 2014 A. INVOICE SUBMISSION AND PAYMENT ELECTRONIC SUBMISSION OF INVOICES AND RECEIVING REPORTS IS MANDATORY in accordance with DFARS 252.232-7003 1. ELECTRONIC SUBMISSION VIA WIDE AREA WORKFLOW (WAWF): Contractors must register and begin submitting electronic invoices immediately through the Wide Area Workflow Receipt and Acceptance Internet site: https://wawf.eb.mil/. On line training is available at http://www.wawftraining.com unless unable to do so. Use the following data elements to invoice for services or supplies procured via this contract. The award document number is located in the lower right-hand corner. 2. SEE DFARS CLAUSE 252.232-7006 Wide Area Workflow Payment Instructions, in full text 3. PAYMENT WILL BE MADE BY: Defense Finance and Accounting Service DFAS-FVB/LI 27 Arkansas Road Limestone, ME 04751-1500 Contact DFAS-FVB/LI to check payment status at (800) 390-5620 or (207) 328-5620 or via website www.dfas.mil: (Commercial Pay, then Vendor Pay Inquiry System (VPIS), then Non-MOCAS System: then Query by Contract Number, EFT Trace Number, DUNS Number or Cage Code) B. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract must be handled in conformance with public laws and regulations and must be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO. C. SAM.GOV REGISTRATION Invoice payment cannot be made if a contractor has not been registered through The System for Award Management (SAM). Register at https://www.sam.gov/portal/public/SAM/ this is a single entry point for contractor's to process System for Award Management (SAM), Online Representations and Certifications Application (ORCA) and Excluded Parties List System (EPLS). Invoices received from a contractor who fails to maintain active SAM registration are considered to be improper and may be returned. The contractor is responsible to maintain active SAM registration until final payment has been made. SAM registration must be updated and renewed annually. If the contractor chooses not to publish their information in SAM.GOV, you MUST fill out and return FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items to include the Tax Identification Number within this Provision. D. DELIVERY / BASE ACCESS REQUIREMENTS Contract Specialist Must Edit Delivery personnel must use the SAC Gate on Capehart Road. Nebraska highway 75 intersects with Capehart Road, the SAC Gate is located approximately 1 mile east of highway 75. Report to the Visitor's Center and call for escort (if needed) to the final destination: POC: Craig Shrimpton (402)294-3778 Delivery vehicles are subject to search by Security Forces personnel. All tools, including assembly tools, must be secured within a toolbox in the trailer of the vehicle and should not be transported on base in the cab of the vehicle. All personnel accessing Offutt Air Force Base will be held to safety/security rules of engagement when entering and while on base. These rules include a ban on weapons to include firearms, loaded or otherwise, and the transport of any explosive material. E. NATIONAL CRIME INFORMATION CENTER (NCIC) BACKGROUND CHECK CA/CS adjust accordingly 1. In addition to the requirements identified in FAR 52.204-9 - Personal Identity Verification of Contractor Personnel and AFFARS 5352.242-9000 - Contractor access to Air Force installations, all contract employees require a positive NCIC background check prior to being granted access to Offutt AFB in accordance with the installation security policy. To expedite this requirement, the contractor shall complete NCIC Data Memo attached for every employee proposed to perform work under this contract requiring physical access to Offutt AFB. All completed forms will be forwarded to the sponsoring DoD Agency/Customer POC listed in of this clause no later than eight (8) business days prior to the contract start date. The sponsoring DoD Agency/Customer POC will forward a base access request containing the NCIC Data Memo information to the contractor base access ID Media issuing office below at: 55 SFS/S5P Bldg 478 Offutt AFB, NE 68113 Phone: (402) 294-7551 Email: 55SFS.EAL@us.af.mil A memorandum shall be prepared for each follow-on/replacement employee who is not provided with the initial group of employee data. Each shall be provided no later than 3 business days prior to the proposed individuals start date. 2. If an individual is denied a base pass/access to the installation, the contractor is not prohibited from hiring that individual for work on this contract; however, individuals denied access will also be denied access to Offutt's e-mail system. Employees who refuse to complete the form will be denied access to the installation. 3. All illegal aliens are considered unauthorized individuals and will be barred from the base. Illegal aliens attempting entry or found on the installation (if incorrectly issued a pass) will be processed as an unauthorized individual and removed from the installation. In addition to notifying the contractor of the illegal alien, the Offutt AFB Security Forces will notify AF Office of Special Investigations, local police and the US Immigration and Customs Enforcement office. Contractors are prohibited from hiring illegal aliens for work on a Government contract and the other Government agencies contacted upon discovery of the illegal may seek corrective and/or punitive actions pursuant to law against the hiring organization if violations occur. 4. Throughout contract performance, contractors are required to notify the CO or the COR by the next duty day if any of their employees or subcontract employees meet any of the disqualifiers identified below. Any reported disqualifiers will be forwarded to the Security Forces Squadron for appropriate action and deny the individual access to Offutt AFB. Disqualifiers that would deny contract employee's entry/access to the installation or its facilities: - U.S. Citizenship, immigration status, or Social Security Account Number cannot be verified. - Wanted by federal or civil law enforcement authorities, regardless of offense or violation. - Conviction of firearms or explosives violation within the past three years. - Incarcerated for 12 months or longer within the past three years, regardless of offense or violation. - Conviction of espionage, sabotage, treason or terrorism, murder, sexual assault, armed assault/robbery, rape, child molestation, drug possession with intent to sell, or drug distribution. - Name appears on any federal agency's "watch list" or "hit list" for criminal behavior or terrorist activity. - Any other criminal activity identified on the NCIC check that the Wing Commander determines to be so serious as to pose a possible threat to the safety and security of base personnel and facilities. 5. A 100% Base Pass check is required for all contractors (even if a passenger in an authorized vehicle) and contract vehicles entering the installation. Contractors are not authorized to bring guests or other contract employees onto the installation unless those individuals are personally in possession of a base pass or Government Identification card. F. MOTOR VEHICLE OPERATION ON BASE 1. Contractor personnel are advised that seat belt usage is mandatory at all times on Offutt AFB. Nebraska state law requires the use of restraints in a vehicle. Offutt AFB Instruction 31-204, 20 October 2010, Security, Motor Vehicle Traffic Supervision states that failing to utilize seat belts or other restraints while moving will result in the issuance of a 7-day driving suspension and the individual's traffic history on Offutt AFB being assessed points for the first offense. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse effect on your ability to perform your contract. Air Force Instruction 31-204, Air Force Motor Traffic Supervision, prescribes that installation commanders must ensure drivers comply with state and local traffic laws both on and off base. Accordingly, while on Offutt AFB, operators and passengers must wear restraints and may be ticketed by Offutt security personnel for failure to comply. In addition, the following administrative penalties, as a minimum, will be imposed on drivers who are cited for speeding 10 mph - 15 mph over base housing posted speed limits: the first offense will result in the issuance of a 7-day driving suspension and the individual's traffic history being assessed points. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse effect on your ability to perform your contract. 2. Contractor personnel are advised that vehicle operators on a DoD installation and operators of Government owned vehicles will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited (DoD Joint Motor Vehicle Traffic Supervision Regulation, paragraph 4-2). Using a cell phone while driving, without a hands-free device will be considered a "primary offense", meaning that violators are subject to being stopped and ticketed solely for this offense and the individual's traffic history on Offutt AFB being assessed points for the first offense. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse effect on your ability to perform your contract. 3. Per directive from 55WG/CC dated 11 Sep 2013 and AFI 1-1, Air Force Standards, para. 1.7.4.5, inappropriate slogans, images, or ornamentation on personally owned vehicles or materials inside of a Privately Owned Vehicle (POV) within plain view to a passerby, are not tolerated on Offutt AFB. Materials will be considered "inappropriate or unprofessional" includes materials that emphasize sexual or other inappropriate activity that is detrimental to a professional working environment i.e. lewd bumper stickers or sexually graphic decals or hitch ornamentations. Personnel may either remove the inappropriate materials or be required to cover them as a condition to allowing the POV on the installation. Personnel who deliberately or repeatedly violate this policy may be barred from driving a POV on the installation for an appropriate length of time. G. ANTI-TERRORISM INFORMATION AND CONSIDERATIONS 1. Base Entry: All contractor vehicles will enter through the SAC Gate and have a proper vehicle search conducted. Exceptions to this policy will be coordinated through the contracting officer and appropriate security forces personnel. 2. Areas Off Limits: The following areas are off limits unless given specific permission, an escort, or work is to be performed in the area listed. Restricted areas, flight line area, General's row, dormitories (Bldgs. 324, 326, 365, and 367), Bldg. 500 complex, and the Offutt Field House gymnasium. Travel to and from the worksite will be made by the most direct route possible. 3. Force Protection Conditions (FPCONS): FPCONS describe the progressive level of countermeasures in response to a terrorist threat to US military facilities and personnel. Force Protection Condition measures are used to deter terrorist attacks on DoD facilities and personnel by: (1) Varying routines. (2) Being sensitive to changes in the security atmosphere around DoD facilities and personnel. The five FPCONS are defined as the following: (1) Normal: This condition applies when a general global threat of possible terrorist activity exists and warrants a routine security posture (2) Alpha: This condition applies when a general threat of possible terrorist activity against personnel and facilities, the nature and extent of which are unpredictable. (3) Bravo: This condition applies when an increased and more predictable threat of terrorist activity exists. (4) Charlie: This condition applies when an incident occurs or intelligence is received indicating some form of terrorist action or targeting against personnel or facilities is likely. (5) Delta: This condition applies in the immediate area where a terrorist attack has occurred or when intelligence has been received that terrorist action against a specific location or person is imminent. Contractors may be asked to leave the base or not be allowed to enter the base when in elevated FPCONs. For further information concerning FPCONs, contact the contracting administrator or contracting officer for additional guidance. 4. Contractors identified as mission essential, have been briefed on additional duties and responsibilities associated with increased FPCONs. 5. Suspicious Activities/Stolen Equipment: Please report any suspicious activity or stolen equipment to the Law Enforcement Desk at 294-6110. 6. Searches/Spot Checks: During increased Random Force Protection Measures (RAMs) contractors and their equipment are subject to search via RAMs at any time. Spot checks may also be conducted due to RAMs. 7. Identification: Contractor personnel must keep base issued identification on their person while working on base. H. REQUIRED INSURANCE (IAW FAR 28-306(b)) Reference FAR clause entitled "Insurance... " the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. (1) Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. (2) General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (3) Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. I. SALES TAX Offutt Air Force Base is exempt from paying state and local taxes on purchases that it makes per the United States Constitution. Nebraska Revised Statutes, Sec. 77-2704.02 and Nebraska Sales and Use Tax Regulations 1-12 and 1-72 implement this policy and are applicable to this purchase. The Nebraska Form 13, Nebraska Resale or Exempt Sale Certificate, is applicable to exempt taxes for contracts for services, commodities, and labor on construction projects. 55 CONS cannot provide signed Nebraska Forms 17G, Purchasing Agent Appointment by the Federal Government and Delegation of Authority for Sales and Use Tax, to exempt State taxes. Therefore, per FAR 52.229-3 or 52.229-4, applicable Nebraska State tax costs for materials should be included in the bid/proposal submitted by the offeror/contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3H3G34212A001/listing.html)
 
Place of Performance
Address: Offutt AFB,NE 68113, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN03522936-W 20140924/140923000327-dea6edbe8f268d7e7dbf477ff058037a (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.