Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

68 -- Dry Ice Delivery - Dry Ice Statement of Need & EAL - Dry Ice Request for Quotes

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-15-T-0007
 
Archive Date
7/9/2015
 
Point of Contact
Molly M. Heath, Phone: 5306342472, Jaeger D. Tuason, Phone: 5306342824
 
E-Mail Address
molly.heath.1@us.af.mil, jaeger.tuason@us.af.mil
(molly.heath.1@us.af.mil, jaeger.tuason@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Dry Ice Request for Quote Contractor's Entry Authorization List for dry ice drivers. Dry Ice Delivery Statement of Need Request for Quote Dry Ice Delivery (i) This is a combined synopsis/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. (ii) This combined synopsis/solicitation reference number is a Request for Quotations (RFQ) and the reference number is FA4686-15-T-0007. Written quotes are required (oral offers will NOT be accepted). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective 2 March 2015. (iv) The North American Industry Classification System (NAICS) code for this procurement is 325120. The Standard Industry Code (SIC) is 2011. The size standard as described by the U.S. Small Business Administration for this procurement is 1,000 employees. Small Business determination and tax identification numbers shall be submitted with quotes. (v) The United States Air Force, 9th Contracting Squadron, Beale AFB, California, intends to award a commodity contract In Accordance With (IAW) the corresponding Statement of Need (SON). See below for the Contract Line Item Number (CLIN) structure for a full list of items, quantities, and units of measure, including all option years. (vi) See SON for description of the requirement(s). (viii) Offerors must be registered in the System for Award Management (SAM) to be considered for award. Offerors may register at www.sam.gov. A DUNS (Dun and Bradstreet) number is required in order to register. (ix) Quotes are due by 1600 (4pm PST) on Wednesday, 24 June 2015 to 1st Lt Heath. (x) You may send quotes to 1st Lt Molly Heath at molly.heath.1@us.af.mil and TSgt Jaeger Tuason at jaeger.tuason@us.af.mil o r by Fax: (530) 634-3311 : Via E-mail: Offeror Name: Address: Point of Contact: Phone Number: E-mail Address: Tax Identification Number (TIN): DUNS: CAGE Code: Circle one: Offeror is / is not a small business. Circle one: Offeror is / is not SAM registered Circle one: Representations and certifications are: Online / Not Online Other Classifications: (ex: 8(a), HubZone, woman-owned, veteran-owned) Please see attached Statement of Need (SON) for a description of the item being delivered and This Request for Quotes (RFQ) will be evaluated as lowest price technically acceptable. NOTE: This RFQ form shall be submitted in addition to any other quote format utilized by individual offerors. DELIVERY INFORMATION All Items shall be delivered to: Rm. 319, Bldg. 5700, 15301 Warren Shingle Road, 9th Medical Group, Beale AFB, CA *Please include a separate price breakdown of the weekly delivery charge to include delivery fees and dry ice price/lb. **The monthly cost will be calculated as such: *** Invoicing will occur on a monthly basis and will be a set monthly rate calculated above, provided all weekly deliveries are made. ITEM NO SUPPLIES/SERVICES UNIT QTY UNIT PRICE AMOUNT 0001: Dry Ice Delivery Months 12 $__________ $___________ DESCRIPTION: Deliver 75 lbs of Dry Ice (upon delivery) to the Beale AFB Medical Clinic Laboratory every Monday that falls under the PoP between 0800 and 1200 (or the next business day if the original delivery date falls on a Federal Holiday or Beale AFB down day). Period of Performance: 1 September 2015 - 31 August 2016 ITEM NO SUPPLIES/SERVICES UNIT QTY UNIT PRICE AMOUNT 1001: Dry Ice Delivery Months 12 $__________ $___________ DESCRIPTION: Deliver 75 lbs of Dry Ice (upon delivery) to the Beale AFB Medical Clinic Laboratory every Monday that falls under the PoP between 0800 and 1200 (or the next business day if the original delivery date falls on a Federal Holiday or Beale AFB down day). Period of Performance: 1 September 2016 - 31 August 2017 ITEM NO SUPPLIES/SERVICES UNIT QTY UNIT PRICE AMOUNT 2001: Dry Ice Delivery Months 12 $__________ $__________ DESCRIPTION: Deliver 75 lbs of Dry Ice (upon delivery) to the Beale AFB Medical Clinic Laboratory every Monday that falls under the PoP between 0800 and 1200 (or the next business day if the original delivery date falls on a Federal Holiday or Beale AFB down day). Period of Performance: 1 September 2017 - 31 August 2018 ITEM NO SUPPLIES/SERVICES UNIT QTY UNIT PRICE AMOUNT 3001: Dry Ice Delivery Months 12 $__________ $__________ DESCRIPTION: Deliver 75 lbs of Dry Ice (upon delivery) to the Beale AFB Medical Clinic Laboratory every Monday that falls under the PoP between 0800 and 1200 (or the next business day if the original delivery date falls on a Federal Holiday or Beale AFB down day). Period of Performance: 1 September 2018 - 31 August 2019 ITEM NO SUPPLIES/SERVICES UNIT QTY UNIT PRICE AMOUNT 4001: Dry Ice Delivery Months 12 $__________ $__________ DESCRIPTION: Deliver 75 lbs of Dry Ice (upon delivery) to the Beale AFB Medical Clinic Laboratory every Monday that falls under the PoP between 0800 and 1200 (or the next business day if the original delivery date falls on a Federal Holiday or Beale AFB down day). Period of Performance: 1 September 2019 - 31 August 2020 TOTAL PRICE $______________ CLAUSES INCORPORATED BY REFERENCE Provision or Clause Reference Description P 52.204-16 Commercial and Government Entity Code Reporting C 52.204-18 Commercial and Government Entity Code Maintenance C 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment C 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations P 52.212-1 Instructions to Offerors- Commercial Items P 52.212-3 Offerors Representations and Certifications-Commercial Items. C 52.212-4 Contract Terms and Conditions--Commercial Items C 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns C 52.232-40 Providing Accelerated Payments to Small Business Subcontractors P 252.203-7005 Representation Relating to Compensation of Former DoD Officials C 252.211-7003 Item Unique Identification and Valuation C 252.211-7008 Use of Government-Assigned Serial Numbers C 252.223-7008 Prohibition of Hexavalent Chromium C 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic (Nov 2014) C 252.225-7036 -Alt 1 Buy American--Free Trade Agreement--Balance of Payments Program--Basic (Nov 2014) C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports C 252.232-7010 Levies on Contract Payments C 252.244-7000 Subcontracts for Commercial Items C 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer CLAUSES INCORPORATED BY FULL TEXT 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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: •· Lowest Price Technically Acceptable •o Technical Acceptability is defined as providing a statement with their quote certifying that the company understands and will comply with all elements of the Statement of Need. (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. (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2014) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 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)). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 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.) X (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). X (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) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (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 (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (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 (OCT 2014) of 52.219-9. ____ (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) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 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 (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). X (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33) 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.) ____ (34)(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.) ____ (35) (i) 52.223-13, Acquisition of EPEAT ® Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (36)(i) 52.223-14, Acquisition of EPEAT ® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (37) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (38)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (40) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). X (41) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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 (May 2014) of 52.225-3. X (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (42) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (43) 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). ____ (44) 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). ____ (45) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (46) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (47) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (48) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (49) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (50) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (52) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (53)(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)). _____ (10) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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 (OCT 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. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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 52.217-8, 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 within 30 days. (End of Clause) FAR 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years. FAR 52.252-1, Solicitation Provisions Incorporated by Reference 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/ DFAR 252.232-7006, 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 (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F1H4M7 (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (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 F87700 Issue By DoDAAC FA4686 Admin DoDAAC FA4686 Inspect By DoDAAC F1H4M7 Ship To Code F1H4M7 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F1H4M7 Service Acceptor (DoDAAC) F1H4M7 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Contract Administrator: molly.heath.1@us.af.mil Contracting Officer: jaeger.tuason@us.af.mil Customer POC: jeanette.young@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. Contract Administrator: molly.heath.1@us.af.mil Contracting Officer: jaeger.tuason@us.af.mil Customer POC: jeanette.young@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFAR 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, (Lt Col Tonney Kaw-uh, 129 Andrews St., Langley AFB, VA 23665-2769, Phone Number: (757) 764-5372, facsimile (757) 764-4400, email address: Tonney.kaw-uh@langley.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. AFFAR 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, 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 ontractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and an Entry Access List request 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 N/A citing the appropriate paragraphs 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. AFFAR 5352.242-9000, Contractor Access to Air Force Installations (Aug 2002 "Deviation") Paragraphs (b) and (f) of AFFARS 5352.242-9000 shall be replaced in their entirety with the following: (b)(1) To obtain entry to Beale AFB, Contractors shall submit the following information (for each of the Contractor's personnel) to 9 CONS/LGCA a minimum of 72 hours prior to the requested entry date: •a. Full name •b. Driver's license number and State of issue •c. Home address, city, state and zip code •d. Home telephone number •e. Description of vehicle to be driven on-base (year, make, model, license number) •f. Date on which the individual will be entering Beale AFB (b)(2) Contractor entry requests three full business days (72 hours) for Security Forces to process. Business days do not include weekends and the following federal holidays: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day (b)(3) In addition to a contractor pass, all individuals must have a valid picture identification (valid driver's license or other Government-issued identification) in their possession while they are on Beale AFB. Vehicles entering Beale AFB shall be marked with the Contractor's (or sub-contractor's) insignia or signage. Individuals driving vehicles on Beale AFB must have the following documents in their possession for the vehicle they are driving: •a. Current vehicle registration •b. Proof of valid insurance coverage •c. Valid driver's license (b)(4) When base entry for sub-contractors is necessary, all requirements and procedures identified in this provision shall apply and be followed. In addition to the information required in (b)(1), the sub-contractor's company name, address, and telephone number shall be provided for each of the sub-contractor's personnel. (b)(5) Deliveries of equipment and materials (e.g., concrete, heavy/light equipment, supplies, etc.) are included in the 72-hour advance notification requirement. In some instances, the normal scheduling practices do not allow for identification of the delivery driver in advance of the day of delivery. These instances will be coordinated with 9CONS/LGCA on a case-by-case basis. However, 72-hours advance notification of the delivery (company name, address, and telephone number as well as description of the delivery) is required. (b)(6) As real-world events change, these requirements and procedures are subject to change without notice. To the extent possible, the Government will inform the prime Contractor of any changes as they occur. Changes in these procedures due to Beale AFB acting in its capacity as a sovereign shall not be the basis for claims against the Government. (f)(1) Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the Contracting Officer prior to submission of the final invoice for payment. (f)(2) If an employee of the Contractor or sub-contractor leaves employment, the Contractor shall ensure that the Government-issued identification and/or contractor pass possessed by that employee is returned to the Contracting Officer as soon as possible. •(g) Failure to comply with these requirements may result in withholding of final payment. (h) In accordance with BAFBI 31-101 and BAFB Policy Letter #4: Individuals whose criminal background meets any of the following criteria shall not be allowed access to Beale AFB: a. The individual is required to register as a sexual offender under federal law or the applicable state law; b. The individual has been convicted of illegal possession or use of drugs/narcotics on more than one occasion within five years from the date access to Beale AFB is requested; c. The individual has been convicted of any offense involving drug trafficking within 10 years from date access to Beale AFB is requested; d. The individual has been convicted of a felony involving violence against a person, arson, robbery, or burglary within 5 years from the date access to Beale AFB is requested; or e. The individual has been convicted of any crime involving incident acts with a minor, or a felony that is sexual in nature. Individuals who meet any of the criteria stated above shall be allowed to submit an application for waiver of this policy to the Beale AFB Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-15-T-0007/listing.html)
 
Place of Performance
Address: 15301 Warren Shingle Road, 9th Medical Group, Bldg 5700, Rm. 319, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN03756393-W 20150610/150608234610-e98c5c3713129b8b4ac9551927d8ef86 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.