Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

70 -- Microsoft Campus Agreement - Amendment 1

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
MAX-F2XHA75243AW01
 
Archive Date
10/8/2015
 
Point of Contact
Michael E. Grayson, Phone: 334-953-0530, Mark K. Restad, Phone: 334-953-6776
 
E-Mail Address
michael.grayson.4@us.af.mil, mark.restad.1@us.af.mil
(michael.grayson.4@us.af.mil, mark.restad.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 001 MCA Page 1 of 20 *******************************AMENDMENT 001****************************** 1. The purpose of this amendment is to: Add variance in quantity language to the Schedule of Supplies/Services. 2. All changes are identified by strikethrough, barline, and/or underline. 3. POCs for this amendment are: Michael Grayson, Contracting Specialist; Phone (334) 953-0530, FAX (334) 953-3543 and Mark Restad, Contracting Officer, Phone (334) 953-6776. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Building 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XHA75243AW01- Microsoft Campus Agreement (MCA)). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 (3 Aug 2015) and the DPN 20150826 effective 26 Aug 2015. A Firm Fixed Price contract award will be made in accordance with the following: NAICS Code: 334614; size standard: 750 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. 3. ALL OFFERORS MUST BE A MICROSOFT "LICENSING SERVICE PROVIDER". NATURE OF ACQUISITON: Maxwell Air Force Base has a requirement to purchase the Microsoft items listed below in the "Schedule of Supplies/Services". The Air University Microsoft Campus Agreement Account Number is 01C35744. The Air Force Institute of Technology Microsoft Campus Agreement Account Number is V2544080. Page 2 of 20 Redacted brand name justification attached. This procurement will be awarded as full and open competition under Simplified Acquisition Procedures. SCHEDULE OF SUPPLIES/SERVICES: The Government reserves the right to make minor adjustments in quantities, not to exceed a 20% variance (but no less than a quantity of one each), prior to the exercising of each option year. This acquisition is for the purchase of the following items: CLIN Mfg. # BASE YEAR: 01 Oct 15 - 30 Sep 16 Description of Requirement Quantity Unit 0001 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 1,696 EA 0002 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 3,207 EA 0003 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 3,897 EA 0004 7JQ-00341 Software Product/License Acad. EES SQL Server Enterprise 2-Core All Lang License w/SA "Ship to Maxwell" 0005 D87-01057 Software Product/License VisioPro ALNG LicSAPk MVL-Faculty/Staff "Ship to Maxwell, mark for BSLM" 0006 H30-00237 Software Product/License PrjctPro ALNG LicSAPk MVL w1PrjctSvrCAL-Faculty/Staff "Ship to Maxwell, mark for BSLM" 0007 77D-00110 Software Product/License VSProwMSDN ALNG LicSAPk MVL Faculty/Staff "Ship to Maxwell, mark for BSLM" 0008 79P-03211 Software Product/License Microsoft Office Pro Plus 2010 WAH "Ship to Maxwell, mark for BSLM" 0009 7JQ-00038 Software Product/License SQLSvrEntCore ALNG LicSAPk MVL 2Lic CoreLic "Ship to Maxwell, mark for LeMay" 8 EA 208 EA 208 EA 55 EA 200 EA 20 EA 0010 P71-06905 Software Product/License WinSvrDataCtr ALNG LicSAPk MVL 2Proc "Ship to Maxwell, mark for LeMay" 30 EA 0011 312-04250 Software Product/License 2 EA Page 3 of 20 ExchgSvrStd 2013 ALNG MVL 0012 381-04291 Software Product/License ExchgStdCAL 2013 ALNG MVL UsrCAL "Ship to Maxwell, mark for Holm Center" 2100 EA 0013 9ED-00073 Software Product/License VSPremwMSDN ALNG SA MVL "Ship to Maxwell, mark for Holm Center" 4 EA 0014 P73-06272 Software Product/License WinSvrStd ALNG LicSAPk MVL 2Proc "Ship to Maxwell, mark for Holm Center" 15 EA 0015 H22-02366 Software Product/License MS Project Server - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2 EA 0016 H30-03431 Software Product/License MS Project professional with server Cal - License Pack with Software Assurance (Student academic, NL) "Ship to AFIT" 741 EA 0017 H30-03430 Software Product/License MS Project professional with server Cal - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 734 EA 0018 D87-06010 Software Product/License MS Visio Pro - License Pack with Software Assurance (Student Academic, NL) "Ship to AFIT" 741 EA 0019 D87-06008 Software Product/License MS Visio Pro - License Pack with Software Assurance (Non- Student Enterprise, F) "Ship to AFIT" 734 EA 0020 6VC-01521 Software Product/License Windows Server Remote Desktop Services (RDS) user CALs - License Pack with Software Assurance (Student academic, NL) "Ship to AFIT" 741 EA 0021 6VC-01519 Software Product/License Windows Server Remote Desktop Services (RDS) user CALs - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 734 EA 0022 2UJ-00073 Software Product/License MS Office with enterprise CALs and Microsoft Desktop Optimization Pack (MDOP) - License Pack with Software Assurance (student academic, NL) "Ship to AFIT" 741 EA 0023 2UJ-00058 Software Product/License MS Office with enterprise CALs and Microsoft Desktop Optimization Pack (MDOP) - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 734 EA 0024 395-04413 Software Product/License Ms Exchange Server Enterprise - License Pack with Software Assurance (Non-Student, F)"Ship to AFIT" 8 EA Page 4 of 20 0025 J7A-00657 Software Product/License System Center Configuration Manager (SCCM) Enterprise - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2 EA 0026 P71-06906 Software Product/License Windows Server Datacenter 2 Processor - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 32 EA 0027 P73-05567 Software Product/License Windows Server Standard 2 Processor - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 15 EA 0028 5HU-00036 Software Product/License Lync Server - License Pack with Software Assurance (Non- Student, F) "Ship to AFIT" 5 EA 0029 7JQ-00039 Software Product/License SQL Server Dual Core Licenses- License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 24 EA 0030 76P-01360 Software Product/License SharePoint Server - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 6 EA 0031 77D-00162 Software Product/License MS Visual Studio With MSDN - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 15 EA CLIN Mfg. # OPTION YEAR 1: 01 Oct 16 - 30 Sep 17 Description of Requirement Quantity Unit 1001 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 1,696 EA 1002 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 3,207 EA 1003 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 3,897 EA 1004 7JQ-00341 Software Product/License Acad. EES SQL Server Enterprise 2-Core All Lang License w/SA 8 EA Page 5 of 20 1005 D87-01057 Software Product/License VisioPro ALNG LicSAPk MVL-Faculty/Staff "Ship to Maxwell" 208 EA 1006 H30-00237 Software Product/License PrjctPro ALNG LicSAPk MVL w1PrjctSvrCAL-Faculty/Staff "Ship to Maxwell, mark for BSLM" 1007 77D-00110 Software Product/License VSProwMSDN ALNG LicSAPk MVL Faculty/Staff "Ship to Maxwell, mark for BSLM" 1008 79P-03211 Software Product/License Microsoft Office Pro Plus 2010 WAH "Ship to Maxwell, mark for BSLM" 208 EA 55 EA 200 EA 1009 7JQ-00038 Software Product/License SQLSvrEntCore ALNG LicSAPk MVL 2Lic CoreLic "Ship to Maxwell, mark for LeMay" 20 EA 1010 P71-06905 Software Product/License WinSvrDataCtr ALNG LicSAPk MVL 2Proc "Ship to Maxwell, mark for LeMay" 30 EA 1011 312-04250 Software Product/License ExchgSvrStd 2013 ALNG MVL "Ship to Maxwell, mark for Holm Center" 1012 381-04291 Software Product/License ExchgStdCAL 2013 ALNG MVL UsrCAL "Ship to Maxwell, mark for Holm Center" 2 EA 2100 EA 1013 9ED-00073 Software Product/License VSPremwMSDN ALNG SA MVL "Ship to Maxwell, mark for Holm Center" 4 EA 1014 P73-06272 Software Product/License WinSvrStd ALNG LicSAPk MVL 2Proc "Ship to Maxwell, mark for Holm Center" 15 EA 1015 H22-02366 Software Product/License MS Project Server - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2 EA 1016 H30-03431 Software Product/License MS Project professional with server Cal - License Pack with Software Assurance (Student academic, NL) "Ship to AFIT" 741 EA 1017 H30-03430 Software Product/License MS Project professional with server Cal - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 734 EA 1018 D87-06010 Software Product/License MS Visio Pro - License Pack with Software Assurance (Student Academic, NL) "Ship to AFIT" 741 EA 1019 D87-06008 Software Product/License MS Visio Pro - License Pack with Software Assurance (Non- Student Enterprise, F) "Ship to AFIT" 734 EA Page 6 of 20 1020 6VC-01521 Software Product/License Windows Server Remote Desktop Services (RDS) user CALs - License Pack with Software Assurance (Student academic, NL) "Ship to AFIT" 741 EA 1021 6VC-01519 Software Product/License Windows Server Remote Desktop Services (RDS) user CALs - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 734 EA 1022 2UJ-00073 Software Product/License MS Office with enterprise CALs and Microsoft Desktop Optimization Pack (MDOP) - License Pack with Software Assurance (student academic, NL) "Ship to AFIT" 741 EA 1023 2UJ-00058 Software Product/License MS Office with enterprise CALs and Microsoft Desktop Optimization Pack (MDOP) - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 734 EA 1024 395-04413 Software Product/License Ms Exchange Server Enterprise - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 8 EA 1025 J7A-00657 Software Product/License System Center Configuration Manager (SCCM) Enterprise - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2 EA 1026 P71-06906 Software Product/License Windows Server Datacenter 2 Processor - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 32 EA 1027 P73-05567 Software Product/License Windows Server Standard 2 Processor - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 15 EA 1028 5HU-00036 Software Product/License Lync Server - License Pack with Software Assurance (Non- Student, F) "Ship to AFIT" 5 EA 1029 7JQ-00039 Software Product/License SQL Server Dual Core Licenses- License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 24 EA 1030 76P-01360 Software Product/License SharePoint Server - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 6 EA 1031 77D-00162 Software Product/License MS Visual Studio With MSDN - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 15 EA Page 7 of 20 CLIN Mfg. # OPTION YEAR 2: 01 Oct 17 - 30 Sep 18 Description of Requirement Quantity Unit 2001 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 1,696 EA 2002 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 3,207 EA 2003 2UJ-00001 Software Product/License Academic EES Desktop Education All Lng License w/SA Faculty Level "Ship to Maxwell" 3,897 EA 2004 7JQ-00341 Software Product/License Acad. EES SQL Server Enterprise 2-Core All Lang License w/SA "Ship to Maxwell" 8 EA 2005 D87-01057 Software Product/License VisioPro ALNG LicSAPk MVL-Faculty/Staff "Ship to Maxwell, mark for BSLM" 208 EA 2006 H30-00237 Software Product/License PrjctPro ALNG LicSAPk MVL w1PrjctSvrCAL-Faculty/Staff "Ship to Maxwell, mark for BSLM" 2007 77D-00110 Software Product/License VSProwMSDN ALNG LicSAPk MVL Faculty/Staff "Ship to Maxwell, mark for BSLM" 2008 79P-03211 Software Product/License Microsoft Office Pro Plus 2010 WAH "Ship to Maxwell, mark for BSLM" 2009 7JQ-00038 Software Product/License SQLSvrEntCore ALNG LicSAPk MVL 2Lic CoreLic "Ship to Maxwell, mark for LeMay" 2010 P71-06905 Software Product/License WinSvrDataCtr ALNG LicSAPk MVL 2Proc "Ship to Maxwell, mark for LeMay" 2011 312-04250 Software Product/License ExchgSvrStd 2013 ALNG MVL "Ship to Maxwell, mark for Holm Center" 2012 381-04291 Software Product/License ExchgStdCAL 2013 ALNG MVL UsrCAL "Ship to Maxwell, mark for Holm Center" 2013 9ED-00073 Software Product/License VSPremwMSDN ALNG SA MVL "Ship to Maxwell, mark for Holm Center" 2014 P73-06272 Software Product/License WinSvrStd ALNG LicSAPk MVL 2Proc "Ship to Maxwell, mark for Holm Center" 2015 H22-02366 Software Product/License MS Project Server - License Pack with Software Assurance 208 EA 55 EA 200 EA 20 EA 30 EA 2 EA 2100 EA 4 EA 15 EA 2 EA Page 8 of 20 (Non-Student, F) "Ship to AFIT" 2016 H30-03431 Software Product/License MS Project professional with server Cal - License Pack with Software Assurance (Student academic, NL) "Ship to AFIT" 2017 H30-03430 Software Product/License MS Project professional with server Cal - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 2018 D87-06010 Software Product/License MS Visio Pro - License Pack with Software Assurance (Student Academic, NL) "Ship to AFIT" 2019 D87-06008 Software Product/License MS Visio Pro - License Pack with Software Assurance (Non- Student Enterprise, F) "Ship to AFIT" 2020 6VC-01521 Software Product/License Windows Server Remote Desktop Services (RDS) user CALs - License Pack with Software Assurance (Student academic, NL) "Ship to AFIT" 2021 6VC-01519 Software Product/License Windows Server Remote Desktop Services (RDS) user CALs - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 2022 2UJ-00073 Software Product/License MS Office with enterprise CALs and Microsoft Desktop Optimization Pack (MDOP) - License Pack with Software Assurance (student academic, NL) "Ship to AFIT" 2023 2UJ-00058 Software Product/License MS Office with enterprise CALs and Microsoft Desktop Optimization Pack (MDOP) - License Pack with Software Assurance (Non-Student Enterprise, F) "Ship to AFIT" 2024 395-04413 Software Product/License Ms Exchange Server Enterprise - License Pack with Software Assurance (Non-Student, F)"Ship to AFIT" 741 EA 734 EA 741 EA 734 EA 741 EA 734 EA 741 EA 734 EA 8 EA 2025 J7A-00657 Software Product/License System Center Configuration Manager (SCCM) Enterprise - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2026 P71-06906 Software Product/License Windows Server Datacenter 2 Processor - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2027 P73-05567 Software Product/License Windows Server Standard 2 Processor - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2028 5HU-00036 Software Product/License Lync Server - License Pack with Software Assurance (Non- Student, F) "Ship to AFIT" 2 EA 32 EA 15 EA 5 EA Page 9 of 20 2029 7JQ-00039 Software Product/License SQL Server Dual Core Licenses- License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 2030 76P-01360 Software Product/LicenseSharePoint Server - License Pack with Software Assurance (Non- Student, F) "Ship to AFIT" 2031 77D-00162 Software Product/License MS Visual Studio With MSDN - License Pack with Software Assurance (Non-Student, F) "Ship to AFIT" 24 EA 6 EA 15 EA DELIVERY INFORMATION: Shipping will be FOB Destination Items# 0001 - 0014, Ship To: 42 CS/SCXE 170 W. Selfridge Street Maxwell AFB, AL 36112 Items# 0015 - 0031, Ship To: Air Force Institute of Technology (AFIT) 2950 Hobson Way Bldg 642 Wright-Patterson AFB, OH 45433-7765 QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Quotes must consist of three (3) separate parts: Part I-Technical, Part II Past Performance and Part III - Price. a) Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. b) Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. c) To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. Page 10 of 20 d) Responses to this notice shall be provided in writing via e-mail to Mr. Michael Grayson at michael.grayson.4@us.af.mil or Mr. Mark Restad at mark.restad.1@us.af.mil. All responses shall be received NLT 4:00 PM Central Standard Time (CST) on 23 Sep 2015. Email is the preferred method. Points of Contact: Mr. Michael Grayson, Contracting Specialist, Phone (334) 953-0530, Fax (334) 953-3341 or Mr. Mark Restad, Contracting Officer, Phone (334) 953-6776. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. PART I - TECHNICAL: Technical Acceptability: Provide written documentation from Microsoft to validate "Microsoft Licensing Service Providers (LSP) status." PART II - PAST PERFORMANCE: Offerors must submit at least two (2) references that can provide recent (within the past three (3) years from the date of issuance of this combined synopsis/solicitation) and relevant (similar or greater in size/scope/complexity of this instant requirement) Past Performance information to the Contracting Officer, with quote. PART III - PRICE: The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements. BASIS OF AWARD: This will be a competitive best value acquisition utilizing FAR 13.5, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced quote that has an acceptable technical and past performance rating. PART I - TECHNICAL: Initially, the Government's evaluation team shall evaluate the technical quote of each offerer on an acceptable/unacceptable basis using the difinitions below as follows: Technical Acceptability: The Government will evaluate written documentation provided by Offerors to validate Microsoft LSP status. Only Microsoft LSPs will be acceptable. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements). PART II - PAST PERFORMANCE: Next, the Government evaluation team shall evaluate the past performance of all technical acceptable quotes on an acceptable/unacceptable basis using the rating below as follows: Page 11 of 20 RATING DESCRIPTION Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Recent and relevant past performance information will be evaluated for quality of product, timeliness of delivery/performance, and business relations (customer service). To be considered for award an offeror must have an acceptable past performance record based upon information available to the contracting officer. PART III - PRICE: Finally, the Government will evaluate the price of all quotes that receive an acceptable technically and past performance rating as follows: Competitive quotes, comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By Reference: 52.202-1 Definitions (NOV 2013) 52.203-3 Gratuities (APR 1984) 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) Page 12 of 20 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 2015) 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (OCT 2014) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (JAN 2014) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) 52.242-13 Bankruptcy (JUL 1995) 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials (SEP 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (SEP 2013) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information (AUG 2015) 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country that is a State Sponsor of Terrorism (DEC 2014) 252.223-7008 Prohibition Of Hexavalent Chromium (JUN 2013) 252.225-7012 Preference For Certain Domestic Commodities (FEB 2013) 252.226-7001 Utilization Of Indian Organizations, Indian-Owned Economic Enterprises, And Native Hawaiian Small Business Concerns (SEP 2004) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (JUN 2012) 252.232-7010 Levies On Contract Payments (DEC 2006) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.243-7002 Requests For Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) (JUN 2013) 252.247-7023 Transportation Of Supplies By Sea-Basic (APR 2014) By Full Text: FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation 2013-O0019) (JUL 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. Page 13 of 20 (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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). Page 14 of 20 (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 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.) (xiii) 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) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 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). (xvii) 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. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Page 15 of 20 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days before the contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days before the contract expires; 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 36 Months. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Page 16 of 20 (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: Page 17 of 20 (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection location: 410 W. Maxwell Blvd, Maxwell AFB, AL 36112 Acceptance location: 410 W. Maxwell Blvd, Maxwell AFB, AL 36112 (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 FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC F2XHA7 Ship To Code F2XHA7 Ship From Code Not applicable. Mark For Code Not applicable. Service Approver (DoDAAC) Not applicable. Service Acceptor (DoDAAC) F2XHA7 Accept at Other DoDAAC Not applicable. LPO DoDAAC Not applicable. DCAA Auditor DoDAAC Not applicable. Other DoDAAC(s) 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. michael.grayson.4@us.af.mil Page 18 of 20 mark.restad.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. Not applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN APR 2014 (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, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.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. (End of clause) Page 19 of 20 The following provisions apply: By Reference: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-7 System for Award Management (JUL 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors -- Commercial Items (APR 2014) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (DEC 2012) 252.204-7004 Alternate A, System For Award Management (FEB 2014) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.205-7000 Provision Of Information To Cooperative Agreement Holders (DEC 1991) 252.215-7007 Notice Of Intent To Resolicit (JUN 2012) 252.215-7008 Only One Offer (OCT 2013) By Full Text: 52.212-3, Alt 1 -- Offeror Representations and Certifications -- Commercial Items. (MAR 2015) Offerors are reminded that Representations and Certifications are maintained at the following website: https://www.sam.gov/. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. (May 2014) 52.233-2 -- Service of Protest. (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Mark K. Restad 50 South LeMay Plaza Bldg 804 Maxwell AFB, Al 36112. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate Page 20 of 20 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/ (End of Provision) Attachment: Redacted Brand Name Justification and Approval
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/MAX-F2XHA75243AW01/listing.html)
 
Place of Performance
Address: Maxwell AFB, 410 W. Maxwell Blvd, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN03879881-W 20150912/150910235905-628b76d50d8202d340e2d7638e475f42 (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.