Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

U -- Family Retreat Services - RFQ H9225715Q0219

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H9225715Q0219
 
Archive Date
9/29/2015
 
Point of Contact
Porfirio P. Aragon, Phone: 9104400775
 
E-Mail Address
porfirio.aragon@socom.mil
(porfirio.aragon@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION for the procurement of Family Retreat Services. This announcement is prepared in accordance with the format in FAR Part 13 & Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-15-Q-0219. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2015-83 (effective 4 Aug 2015) and the DFARS Publication Notice (DPN) 20150626 edition (effective 26 Jun 2015). The proposed acquisition is Unrestricted. The associated North American Industrial Classification System (NAICS) code for this requirement is 624190 with a size standard of $11.0 Mil. TYPE OF CONTRACT. The Government intends to award a single firm fixed price (FFP) contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear. All quotes submitted shall be the Contractor's Best Quote; this includes any discounts on volume. Quoters must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. The deadline for submittal of questions regarding this solicitation is 5:00 PM Eastern Standard Time (EST) on 4 September 2015. Answers will be provided no later than (NLT) 12:00 PM EST on 8 September 2015, via solicitation/RFQ amendment. No direct discussion between the technical representative and a prospective quoter will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email to the following point of contact: Porfirio.Aragon@socom.mil (910-440-0775) Quotes must be received no later than 8:00 PM Eastern Standard Time (EST) on 14 September 2015. Quotes received after this time frame shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible quoters whose quote conforming to the solicitation and will be the most advantageous to the Government. The prospective quoters must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The quoter agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be emailed or mailed in the United States postal mail to: Via Email: Porfirio.Aragon@socom.mil USPS Mailing Address: FEDEX/UPS Mailing Address: MARSOC (Bldg. RR400, Section 1600B - Stone Bay) Marine Raider Support Group (MRSG) Attn: G4-Contracting/SSgt Porfirio Aragon Rm1633 Attn: SSgt Porfirio Aragon, G4-Contracting, PSC Box 20116 (910) 440-0775 Camp Lejeune, NC 28542-0116 Bldg. RR465 Stone Bay Rifle Range Rd Sneads Ferry, NC 28460 For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 4MB. Quoters are specifically warned that email may be subjected to spam filters or attachment stripping. Attention is directed to FAR 52.212-1(c), concerning late submissions. Quoters are responsible for allowing adequate time for transmission to be completed. The quoter bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. Section B - Supplies or Services ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 East Coast Family Retreat IAW with the SOW 2-4 October 2015 FOB: Destination ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0002 West Coast Family Retreat IAW with the SOW 16-18 October 2015 FOB: Destination Section C - Descriptions and Specifications See attachment #1 Statement of Work entitled, MARSOC Family Retreat SOW Quote submission shall be in accordance with Attachment #1 and this document. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Nov 2013 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.212-1 Instructions to Offerors Commercial Items Apr 2014 FAR 52.212-4 Contract Terms and Conditions Commercial Items May 2015 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items May 2015 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-36 Affirmative Action for Workers with Disabilities Jun 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-50 Combating Trafficking in Persons Jul 2014 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Mar 2015 FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management Jul 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed-Price Supply & Services) Apr 1984 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management - Alt A Feb 2014 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Tech Information Nov 2013 DFARS 252.209-7002 Disclosure of Ownership or Control by a foreign Government Jun 2010 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-70001 Pricing of Contract Modifications Dec 2012 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.247-7023 Transportation of Supplies by Sea Apr 2014 SOFARS 5652.204-9002 Instructions for the use of Electronic Contracts SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Sep 2013 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K CLAUSES INCORPORATED BY FULL TEXT Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate quotes in descending order of importance: (i) Technical - Quoters shall provide a detailed quote response that shows it meets the statement of work for this requirement. This includes but is not limited to syllabus, vendor facility information, background checks, resumes, adherence to PoP, etc. (ii) Past Performance - Vendors shall submit two (2) references from similar work performance (iii) Price - All line items will be reviewed for price reasonableness. Pricing shall depict a per retreat total price inclusive of all associated costs. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quoters specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Quoter represents that it is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Quoter represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, 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 cost incurred as a result thereof. The name and telephone number of the Contracting Officer is SSgt Porfirio Aragon at (910) 440-0775. SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H (Jun 2013) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.204-9000 Individual Authorized to Sign (Revised September 2014) (a) Quotes shall be signed by an authorized individual. The quoter hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the quoter in accordance with the applicable instructions below. If the quoter is a joint venture, each participant in the joint venture shall submit a separate representation. (1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the quote is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the quote, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the firm named as the quoter herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers. AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the quote is being submitted electronically, the quoter may print the word "SEAL".) ___________________________ (Signature) (2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument. I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partners _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers. __________________________ (Signature) (3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent's authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent's signature must furnish a power of attorney to establish the agent's authority. (4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the quote is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their quoter a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the educational institution named as the quoter herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers. ___________________________ (Signature) (a) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: "Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________." BASE ACCESS Information (RAPIDgate®) Application for Vendor/Contractor Business Passes: The procedures below are the requirements for Camp Lejeune/MARSOC. The Contractor will obtain a letter of support from the customer that their contract ultimately supports. The letter of support will identify the Company Name, Contract Number, period of performance of the Contract, location of performance, the driver's license and expiration date of each of the Contractor's employees, and the point of contact information for the customer that signed the request. The Contractor's personnel will take the letter of support to request a business pass. Business Passes issued by Support Services Division's Police Admin Services Branch to vendors or contractors are effective from the date of issuance, for a period of 60 days or the end of the contract whichever date occurs first. Denial or revocation of a business pass may be made if the applicant: i. Is listed on the National Terrorist Watch List. ii. Is not a U.S. Citizen and is illegally present in the U.S. or whose U.S. citizenship, immigration status, or Social Security Number (SSN) cannot be verified. iii. Is subject to an outstanding criminal warrant. iv. Whose business pass application contains false or fraudulent information. v. Has obtained a felony conviction within the last 10 years. vi. Has obtained a total of three criminal misdemeanor convictions within the last 10 years. vii. Who is a registered sex offender regardless of the date of the criminal offense. viii. Has obtained a criminal misdemeanor or felony conviction for the following types of criminal offenses: 1. Offenses of a sexual nature; 2. Offenses of violence; 3. Offenses related to gang related activity, supremacist, or extremist behavior; i.e., hate crimes; 4. Crimes resulting from the possession, use, manufacturer, introduction, or distribution of any illegal drug listed in the Comprehensive Drug Abuse Prevention & Control Act of 1970, Schedules I through IV; ix. Offenses in which weapon instrumentality (e.g., firearm, knife, or other bladed instrument, club, brass knuckles) was used either as a means of violence, or threat of violence x. Whose military active duty was terminated by the receipt of a dishonorable discharge or bad conduct discharge. xi. Has been issued a debarment order and is currently banned from any military installation. xii. Who has exhibited characteristics, traits, or other indications that cause concern for the safety or welfare of personnel and/or residents aboard the base; or that causes concern for the physical security of the base. ix. Offenses in which weapon instrumentality (e.g., firearm, knife, or other bladed instrument, club, brass knuckles) was used either as a means MARSOC Security Requirements: Contractor and subcontractor employees must comply with installation rules and regulations. The Contractor is responsible for ensuring that each of its subcontractors fully complies with the following provisions, and shall flow down to subcontracts a clause to satisfy this contractual obligation. ADDITIONAL REQUIREMENTS (a) Photography is restricted aboard MARSOC. Clearance for photography will be obtained from the Security Office. (b) Electronic equipment including cellular phones is not permitted within RR400 and RR425. RAPIDGate®: Instructions and program information for RAPIDGate® can be found at http://www.RAPIDGate.com or (877) 727.4342. RAPIDGate® access requires (in succession): (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Contractor shall submit in the timeline needed to obtain base access or RAPIDGATE if not already in possession. INVOICING INSTRUCTIONS AND PAYMENT: USMC WIDE AREA WORKFLOW IMPLEMENTATION (MAR 2010) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUEST (MAR 2007)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. For Vendor Registration Assistance and account activation, please contact the DISA Ogden E-Business Help Desk at 1-866-618-5988 option 2. Step by step procedures to register are available at the https://wawf.eb.mil site. Training for this application is available at http://www.wawftraining.com. Notice to Vendors: Delivery of services to any address other than the delivery address specified in the contract is not authorized without a contract modification signed by the Contracting Officer. Failure to deliver to the address in the contract will result in rejection of invoices and will cause delay in payment. Contract Administrator for this Contract is: TO BE ASSIGNED AFTER AWARD The contractor is directed to use the "2-in-1" format when processing invoices and receiving reports. When entering the invoice into WAWF-RA, the contractor shall fill in the following DoDAAC fields or DoDAAC extensions: Contract Number TO BE ASSIGNED Delivery Order Cage Code/Ext TO BE ASSIGNED Pay DoDAAC M67443 Issue Date TO BE ASSIGNED Issue By DoDAAC H92257 Admin By DoDAAC H92257 Ship To Code/Ext TO BE ASSIGNED Ship From Code/Ext TO BE ASSIGNED LPO DoDAAC "Leave Blank" Acceptor Email Address TO BE ASSIGNED Inspect By DoDAAC/Ext "Leave Blank" In some situations the WAWF-RA system will pre-populate the "Issue By DoDAAC", "Admin By DoDAAC" and "Pay DoDAAC". Contractor shall verify those DoDAACs automatically entered by the WAWF-RA system match the above information. If these DoDAACs do not match, then the contractor shall correct the field(s) and notify the Contracting Officer of the discrepancy (ies). Step by step WAWF-RA invoicing procedures for "Combo," "2-in-1," and "Cost Voucher" are available at the USMC paperless site at http://www.marcorsyscom.usmc.mil/sites/pa/ under "Vendor Interface" section. On the Vendor Interface page click on "WAWF-RA" header at the top of the page. Under downloads on the WAWF-RA page that appears, click the appropriate document either "Combo," "2-in-1," or "Cost Voucher" to download the instructions. Before closing out of an invoice session in WAWF-RA, but after submitting the document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the acceptor's/receiver's email address (Note this address is their work email address not their WAWF-RA organizational email address) in the first email address block, to include contract administrator SSgt Porfy Aragon at Porfirio.Aragon@socom.mil. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. NOTE: The POCs identified above are for WAWF-RA issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or Contract Administrator identified in the contract to whom questions are to be addressed. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H9225715Q0219/listing.html)
 
Record
SN03861892-W 20150830/150828235758-390bc1e4463bf880e7882cf6e0307469 (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.