Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

U -- Training Services 3DS Max 2016 - MEC

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH16T0466
 
Archive Date
10/4/2016
 
Point of Contact
Sharon R. Smith, Phone: 3016191352
 
E-Mail Address
sharon.r.smith.civ@mail.mil
(sharon.r.smith.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
MEC COMBINED SYNOPSIS/SOLICITATION 1. Issue Date: 09/15/2016 Close Date: 09/19/2016 03:00 PM 2. Requiring Activity: US Army Medical Research Acquisition Activity (USAMRAA) for the US Army Medical Research Institute of Infectious Disease (USAMRIID), Fort Detrick, MD 21702. 3. Description of Requirement: USAMRIID has a requirement for Training Services as it relates to 3DS Max 2016 Software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 4. Solicitation Number: W81XWH-16-T-0466 This combined synopsis/solicitation is issued as a request for quotations (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated: 15 Aug 2016. This is an unrestricted procurement. The relevant NAICS code is 611420 with a small business size standard of $11.0M. Contract shall be Firm Fixed-Price. 5. Schedule: CLIN DESCRIPTION QTY U/I UNIT PRICE BASE PERIOD 1 Job = 12 Months 0001 License- Autodesk 3ds Max 2016 Gov Standalone 9728-0115-16-ELS (FFP) 1 Job ___________ 0002 1 EA = 1 Year Autodesk 3ds Max 2016 Government Subscription 1 Job ___________ 9728-0115-16-XW1 0003 1 EA = 5 Days Imaginit Training: Custom Autodesk 1 Job ___________ 3DS Max Design 2016 Fundamental Training Course - 1 Student 0004 1 EA Contractor Manpower Reporting (FFP) 1 Ea ___________ OPTION PERIOD: ONE 1 Job = 12 Months 1001 License- Autodesk 3ds Max 2016 Gov Standalone 9728-0115-16-ELS (FFP) 1 Job ___________ 1002 1 EA = 1 Year Autodesk 3ds Max 2016 Government Subscription 1 Job ___________ 9728-0115-16-XW1 OPTION PERIOD: TWO 1 Job = 12 Months 2001 License- Autodesk 3ds Max 2016 Gov Standalone 9728-0115-16-ELS (FFP) 1 Job ___________ 2002 1 EA = 1 Year Autodesk 3ds Max 2016 Government Subscription 1 Job ___________ 9728-0115-16-XW1 OPTION PERIOD: THREE 1 Job = 12 Months 3001 License- Autodesk 3ds Max 2016 Gov Standalone 9728-0115-16-ELS (FFP) 1 Job ___________ 3002 1 EA = 1 Year Autodesk 3ds Max 2016 Government Subscription 1 Job ___________ 9728-0115-16-XW1 OPTION PERIOD: FOUR 1 Job = 12 Months 4001 License- Autodesk 3ds Max 2016 Gov Standalone 9728-0115-16-ELS (FFP) 1 Job ___________ 4002 1 EA = 1 Year Autodesk 3ds Max 2016 Government Subscription 1 Job ___________ 9728-0115-16-XW1 6. Performance Work Statement: PERFORMANCE WORK STATEMENT Advanced Instruction, with Refresher Training, In 3DS Max Software I. BACKGROUND INFORMATION The US Army Medical Research Institute of Infectious Disease, Visual Information Office has a need for training services regarding 3DS Max Software to insure that program milestones are completed in a sufficient and timely manner. II. PURPOSE AND OBJECTIVE OF THE PROCUREMENT Visual Information Office requires training services in order to effectively achieve its mission. The training will reduce unplanned down time and prove the required knowledge and experience with using 3DS Max Software for completion of program milestones. The training services shall include a review of the basics which in turn will provide a foundation for the advanced portion of the course. At the end of the course the student will have an understanding of proper use of work flow for aspects of 3DS Max software. III. CONTRACTOR REQUIREMENTS The educational service provider shall be an Autodesk Certified Training Center for 3DS Max which includes work space, computers, software, in person instructor and material such as instructional texts. Training will take place at the provider's facility. The training facility will be within 50 miles of USAMRIID for local commute of student. The student will receive 4 to 6 hours of refresher training on the first day of the course. After the refresher portion the student will have a base understanding of the 3DS software that will provide him with a foundation and prepare him for the advanced portion of the course. By the end of the course the student will: - be able to demonstrate ‘best practices' and have an understanding of proper use of ‘work flow' for aspects of 3DS Max software such as materials mapping, animation, rendering others. - have mastery of the five major aspects of 3DS Max: 1.Model building; 2. Lighting; 3.Cameras; 4.Texture mapping /materials; 5.Animation/Key framing/Rendering. - have an understanding of advanced features of the five major aspects of 3DS Max software such as: Camera Sequencer Channels; Slider manipulators; Skinning; Rigging; Slate Material Editor; "Populate"; from-3DS-max-to-Photoshop-after-UVW-Unwrapping; etc. The Contractor is required to report contract-related information in accordance with the Contractor Manpower Reporting (CMR) clause upon award or modification, and annually thereafter for the duration of the contract, to the secure web site at: https://cmra.army.mil. IV. TASK The technician and the end user will test the instrument after any completed work. The results of the test will serve as the basis for evaluation. Tasks: 1. The contractor shall provide all labor, software/ equipment and facility required to perform training services. 2. Instructor must be certified to provide training. 3. Facility shall be an Autodesk Certified Training Center. 4. The contractor shall provide training between 8:00 a.m. and 5:00 p.m. Eastern time, Monday through Friday, excluding federal holidays 5. Provide 3DS Max Software 6. Provide 3DS Max Subscription V. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). The purpose of this section is to define performance evaluation procedures. The Surveillance Plan describes what the government will survey. The absence of any contract requirement from the QASP shall not detract from its enforceability nor limit the rights or remedies of the government under any other provision of this contract, including the clauses entitled, "Inspection of Services" and "Default." The government has the right to inspect all services required in the contract. 2.1.1. The Performance Requirement is set forth in Column #1. 2.1.2. The Performance Standard is set forth in Column #2. 2.1.3. The Acceptable Quality Level for each Requirement is set forth in Column #3. 2.1.4. The Surveillance Method and Frequency for each requirement is set forth in Column #4. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) TABLE Performance Requirement Performance Standard Acceptable Quality Level Method of Surveillance and Frequency 1. 3DS Max software training service Report 3DS Max software training service Report shall include: Training Time Report with names, days, hours worked and location and authorized training report which identifies date, name of class completed, and attendee. 95% of the required training shall be performed as described in PWS. All training must be completed within the time and date of the period of performance completion date. COR will review invoice and training report upon completion of service. 2. Government License Contractor is responsible for coordinating and providing Gov. License in accordance with PWS. 100% Compliance COR's acceptance of product. 3. Government Subscription Contractor is responsible for coordinating and providing Gov. Subscription in accordance with PWS. 100 % Compliance COR's acceptance of product. VI. Performance Requirement: The vendor shall provide training services to 1 individual of the Visual Information Office of USAMRIID at vendor's facility. VII. Performance Standard: Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). VIII. Acceptable Quality Level: Perform training services in accordance with standards so that student has a mastery of the five major aspect of 3DS Max. IX. Surveillance Method and Frequency: The Contracting Officer Representative (COR) shall review training time report for the period of performance identifying names, days, and hours worked. a. Frequency of Measurement. Upon completion of the service the COR shall take periodic measurements as specified in the AQL column of the Performance Standards Summary Matrix, and shall analyze whether the negotiated frequency of measurement is appropriate for the work being performed. X. WORK HOURS: The work will be performed between 0800 and 1700 Monday-Friday. XI. TRAVEL/TRAINING: none. XII. POINTS OF CONTACT: See Additional Information Text File. XIII. PERIOD OF PERFORMANCE: The period of performance shall be one week (05) days for training; (60) Months for Government Standalone License and Government Subscription. XIV. GOVERNMENT FURNISHED INFORMATION, FACILITIES, SUPPLIES, AND SERVICES: At USAMRIID, there are no furnished information, facilities, supplies, and services available to support the needs requested in this contract. All necessary tools for service are the responsibility of the provider. XVI. CONTRACT REQUIREMENTS PACKAGE ANTITERRORISM/ OPERATIONS SECURITY REVIEW The purpose of this section is to document the review of the requirements packet package requirements performance work statement (PWS), quality assurance surveillance plan and any applicable source selection evaluation criteria for antiterrorism (AT) and other related protection matters to include, but not limited to: AT, operational security (OPSEC), information assurance (IA), physical security, law enforcement, intelligence, foreign disclosure. The following language from the Antiterrorism/ Operations Security Review form applies for Training: None specified on the Contract Requirements Package Antiterrorism/Operations Security Review Cover Sheet. None. The following language from the Antiterrorism/ Operations Security Review form applies for License and Subscription: None specified on the Contract Requirements Package Antiterrorism/Operations Security Review Cover Sheet. 5. METHODS OF QA SURVEILLANCE. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. • Feedback from Government Users • Direct Observation • 100% Inspection • Review of Monthly Reports (various) Regardless of the surveillance method, the COR shall always contact the contractor's task manager or on-site representative when a defect is identified and inform the manager of the specifics of the problem. The COR shall be responsible for monitoring the contractor's performance in meeting a specific performance standard/AQL. • DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) • MANAGEMENT INFORMATION SYSTEMS (MIS). (Evaluates outputs through the use of management information reports. Best used for general surveillance and may need to be supplemented by periodic inspections.) • PERIODIC INSPECTION. Uses a comprehensive evaluation of selected outputs. Inspections may be scheduled as required. o Analysis of contractor's progress reports. (Evaluate cost, schedule, etc.) o Performance reporting. Surveillance results may be used as the basis for actions (to include payment deductions) against the contractor. In such cases, the Inspection of Services clause and the Inspection of Supplies clause in the Contract becomes the basis for the KO's actions. 6. RATINGS. Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: Example 1: EXCEPTIONAL: Performance significantly exceeds contract requirements to the Government's benefit. SATISFACTORY: Performance meets contractual requirements. UNSATISFACTORY: Performance does not meet contractual requirements. 7. DOCUMENTING PERFORMANCE. a. ACCEPTABLE PERFORMANCE. The Government shall document positive performance. A report template is attached. Any report may become a part of the supporting documentation for fixed fee payments, award fee payments, or other actions. b. UNACCEPTABLE PERFORMANCE. When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's task manager or on-site representative. A CDR template is attached to this QASP. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for contract payment deductions, fixed fee deductions, award fee nonpayment, or other actions deemed necessary by the KO. 8. FREQUENCY OF MEASUREMENT. a. Frequency of Measurement. During contract/order performance, the COR shall take periodic measurements, quarterly as specified in the AQL column of the Performance Standards Summary Matrix, and shall analyze whether the negotiated frequency of measurement is appropriate for the work being performed. b. Frequency of Performance Assessment Meetings. The COR shall meet with the contractor quarterly to assess performance and shall provide a written assessment.   PERFORMANCE REPORT 1. CONTRACT NUMBER: W81XWH-XX-P-XXXX 2. Prepared by: 3. Date and time of observation: 4. Observation: Examples of items to include in a report are: a. Method of surveillance. b. How frequently you conducted surveillance. c. Surveillance results. d. Number of observations.> Prepared by: Signature - Contracting Officer's Representative Date   CONTRACT DISCREPANCY REPORT (CDR) 1. Contract Number: W81XWH-16-P-XX 1. TO: (Contractor Task Manager or on-site representative) <insert name> 2. FROM: TBD 3. Date and time observed discrepancy: 5. DISCREPANCY OR PROBLEM: <Describe in detail. Identify any attachments.> 6. CORRECTIVE ACTION PLAN: A written corrective action plan < is / is not > required. < If a written corrective action plan is required include the following. > The written Corrective Action Plan will be provided to the undersigned not later than < # days after receipt of this CDR. > Prepared by: Signature - Contracting Officer's Representative Date Received by: Signature - Contractor Task Manager or on-site representative Date   7. Miscellaneous Information: Billing Information: Invoicing will be completed using the Wide Area Work Flow (WAWF) system. Please include your DUNS Number, Federal Tax Identification Number and Cage Code with your offer. Questions should be addressed to Sharon R. smith at sharon.r.smith.civ@mail.mil. It is preferred that quotations be sent electronically to sharon.r.smith.civ@mail.mil. Quotations may be sent to USAMRAA, 820 Chandler Street, Fort Detrick 21702-5014, Attention: Sharon R. Smith. Regardless of how they are submitted they must be received no later than the closing date and time given on the first page of this solicitation. 8. Inspection and Acceptance: The Government will inspect and accept upon performance of all services. 9. Delivery Information: CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 16 JAN 2017 TO 15 JAN 2017 N/A W4GP USA MD RES INST OF DISEAS W4GP USA MD RES INST OF DISEAS BLDG 1425 PORTER STREET FORT DETRICK MD 21702-5711 FOB: Destination W23MYC 0002 POP 16-JAN-2017 TO 15-JAN-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 1001 POP 16 JAN 2018 TO 15 JAN 2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 1002 POP 16 JAN 2018 TO 15 JAN 2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 2001 POP 16 JAN 2019 TO 15 JAN 2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 2002 POP 16 JAN 2019 TO 15 JAN 2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 3001 POP 16 JAN 2020 TO 15 JAN 2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 3002 POP 16 JAN 2020 TO 15 JAN 2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 4001 POP 16 JAN 2021 TO 15 JAN 2022 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 4002 POP 16 JAN 2021 TO 15 JAN 2022 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W23MYC 10. CLAUSES AND PROVISIONS 52.203-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.212-3 Offeror Representations and Certification--Commercial Items APR 2016 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 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. OCT 2015 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls DEC 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 CLAUSES INCORPORATED BY FULL TEXT 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2015) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 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: 1. BASIS FOR AWARD 1.1. Award of a single contract shall be made on a competitive basis, using the best value tradeoff process among price and non-price factors described at FAR 15.101-1. The resulting contract is expected to be firm-fixed-price. 1.2. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. 1.3. Award of this contract will be made on a competitive best value basis, using tradeoff among price and non-price factors. Thus, the Government may elect to award to other than the lowest priced offeror, or other than the highest technically rated offeror. Past Performance will be evaluated independently from the other non-price evaluation factors using different standards. The evaluation factors are listed below in descending order of importance. Factor 1 - Technical Capability Factor 2 - Experience Factor 3 - Past Performance Factor 4 - Price 1.4. Government evaluators will not assume that the offeror possesses any capability or knowledge unless it is specified in the proposal. 1.5. After Factors 1 and 2 are rated individually, an overall rating will be assigned to these factors collectively. If Factor 1 or 2 receives an individual rating of "Unacceptable," the overall rating will also be "Unacceptable." Proposals that receive an overall rating of "Marginal" for Factors 1 and 2 will not be considered in the tradeoff process. Only proposals receiving an overall rating of "Acceptable" or higher will be considered for award.. 2 EVALUATION CRITERIA 2.1. Factor 1 - Technical Capability: The technical capability will be evaluated for the degree to which the Offeror's technical capability demonstrates a clear understanding of the PWS and all the tasks to be performed; the methodology and flexibility that will be utilized; and how the approach will accomplish all tasks, subtasks, and administrative tasks as are necessary to ensure program success within the proposal's required time frame. This capability will be evaluated for the degree to which the technical capability demonstrates a clear working ability to provide training services, license and subscription for 3ds Max. 2.2. Factor 2 - Experience: The Offeror's proposal will be evaluated to the degree to which the Offeror's proposal reflects experience identical to, similar to, or related to performing services contained within the PWS. The experience will be evaluated to the degree to which the Offeror demonstrates relevant experience in providing the training services, specifically with 3DS Max 2016. Offeror proposals will be evaluated to the degree proposals cite specific examples of relevant experience in the areas of providing 3ds Mas software training services as it relates to the specific tasks listed in the PWS. 2.3. Factor 3 - Past Performance: Past performance shall be evaluated on the basis of the offeror's demonstrated recent and relevant record of performance in services that meet the contract's requirements. The Government will conduct a past performance risk evaluation and confidence assessment of the offeror that will be based on the relevance, recency, and quality of the offeror's past performance on projects of similar size, scope, and complexity within similar periods of performance. a. Offerors shall submit a list of no more than two (2) references familiar with the offeror's performance on relevant contracts within the past three (3) years. It is the offeror's responsibility to provide valid, current, and verifiable references. References must include the following information: i. Name of the organization that will be providing the reference ii. Name of the point of contact (POC) familiar with contract performance iii. POC telephone number iv. POC email address v. Contract number vi. Period of performance vii. Summary of the scope of work performed b. The Government will review the relevant and recent past performance information to determine the risks associated with an offeror's probability of successfully performing the required efforts. c. The Government may elect to consider data obtained from other sources. Other sources available to the Government include, but are not limited to, the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). d. In the case of an Offeror who has no recent/relevant performance record available or the Offeror's performance record is so sparse that no meaningful confidence assessment 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 will be determined to have "Unknown Confidence" for its past performance evaluation factor. 2.4. Factor 4 - Price: Price will be evaluated separately from non-price and past performance factors. A price analysis will be performed in order to evaluate the fairness and reasonableness of the proposed price. The base contract(s) shall contain the Clause FAR 52.217-8 Option to Extend Services, or an equivalent clause. By submitting a proposal for this requirement, the contractor agrees to this inclusion in the base contract. (b) Option Year Periods. The Government will evaluate the offers for award purposes by examining the labor rate for all options based on the basic estimated labor utilization for the requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The evaluated price with be the total of the base year plus all option periods. (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) 3. EVALUATION RATING STANDARDS 3.1. RATING STANDARDS FOR THE NON-PRICE PROPOSAL (EXCLUDING PAST PERFORMANCE) Combined Technical/Risk Ratings Table Rating Description Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on CONTRACT performance. Risk of unsuccessful performance is no worse than moderate. Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. 3.2 Best Value Tradeoff Evaluation Standard Definitions Clarifications Limited exchanges between the Government and Offerors that may occur when award without discussions is contemplated. Communications Exchanges, between the Government and Offerors, after receipt of proposals, leading to establishment of the competitive range. Deficiency A material failure of a proposal to meet a Government requirement or a combination of significant weakness in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. See FAR 15.001 Discussions Negotiations conducted in a competitive acquisition. Discussions take place after establishment of the competitive range. Performance Confidence Assessment An evaluation of the likelihood (or Government's confidence that the Offeror will successfully perform the solicitation's requirements; the evaluation is based upon past performance information. Recency As it pertains to past performance information, is a measure of the time that has elapsed since the past performance reference occurred. Recency is generally expressed as a time period during which past performance references are considered relevant. Relevancy As it pertains to past performance information, is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and subcontract/teaming or other comparable attributes of past performance examples and the source solicitation requirements; and a measure of the likelihood that the past performance is an indicator of future performance. Risk The potential for unsuccessful contractor performance. The consideration of risk assesses the degree to which an Offeror's proposed approach to achieving the technical factor or subfactor may involve risk of disruption of schedule, increased cost (not applicable to firm-fixed price contracts) for degradation of performance, the need for increased Government oversight, and the likelihood of unsuccessful contract performance. Significant Strength A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. Significant Weakness A flaw that appreciably increases the risk of unsuccessful contract performance. See FAR 15.001. Strength An aspect of an Offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance. Weakness A flaw the proposal that increases the risk of unsuccessful contract performance. See FAR 15.001.¬ 3.3. RATING STANDARDS FOR PAST PERFORMANCE Past Performance Relevancy Ratings Standards for the Non Cost/Price Proposal Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 3.4 Past Performance Confidence Assessments Standards for the Non Cost/Price Proposal Rating Description Substantial Confidence Based on the Offeror's recent/relevant performance record, the Government has a high expectation that the Offeror shall successfully perform the required effort. Satisfactory Confidence Based on the Offeror's recent/relevant performance record, the Government has a reasonable expectation that the Offeror shall successfully perform the required effort. Limited Confidence Based on the Offeror's recent/relevant performance record, the Government has a low expectation that the Offer shall successfully perform the required effort. No Confidence Based on the Offeror's recent/relevant performance record, the Government has no expectation that the Offeror shall successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available or the Offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2016) 1. 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: • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 4. 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.) • 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). • 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (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. a. section 743 of Div. C). • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). • 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] W81XWH-16-T-0466 Page 16 of 23 (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 2015) (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 2015) 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). XX (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, or Sole Source Award to, Economically Disadvantaged Women- Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). XX (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 (FEB 2016) (38 U.S.C. 4212). W81XWH-16-T-0466 Page 17 of 23 (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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.) (35)(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.) (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). (ii) Alternate I (OCT 2015) of 52.223-13. (39)(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. (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). (44) 52.223-21, Foams (June, 2016) (E.O. 13693). (45) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (46) (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. W81XWH-16-T-0466 Page 18 of 23 (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. (47) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (48) 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). (49) 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). (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). (55) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). (56) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (58)(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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 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). (5) 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). W81XWH-16-T-0466 Page 19 of 23 (6) 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). (7) 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). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (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 $700,000 ($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) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). W81XWH-16-T-0466 Page 20 of 23 (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 (Feb 2016) (38 U.S.C. 4212). (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 (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and 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 (Oct 2015) (E. O. 12989). (xv)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (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) 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 the period of performance of the contract. (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 1 week of expiration of the award; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least seven (7) 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 60 months. (End of clause) 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). 2 IN 1 INVOICE (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. DODAAC: W23MYC and UIC: W4GPAA (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 HQ0490 Issue By DoDAAC W81XWH Admin DoDAAC W81XWH Inspect By DoDAAC W23MYC Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) W23MYC Service Acceptor (DoDAAC) W23MYC Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*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. TBD (Contracting Officer: Insert applicable email addresses or "Not applicable.") (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. TBD (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) CONTRACTOR MANPOWER REPORTING (CMR) Contractor Manpower Reporting (CMR) (June 2015) (USAMRAA) "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [TO BE FILLED IN AT TIME OF AWARD] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://cmrs.army.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the applicable help desk at: usarmy.pentagon.hgda-asa-mra.mbx.samr-fm-cmra@mail.mil (End of Instruction) CONTRACTOR IDENTIFICATION (June 2015) (USAMRAA) When contractor personnel perform the services required in this contract on a Government installation they are required to possess and wear an identification badge that displays his or her name and the name of the Company. The contractor shall ensure that contractor personnel identify themselves as contractors when attending meetings, answering Government telephones, providing any type of written correspondence, or working in situations where their actions could be construed as official Government acts. While performing in a contractor capacity, contractor personnel shall refrain from using their retired or reserve component military rank or title in all written or verbal communications. (End of Instruction) ATTATCHMENTS: DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 MEC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH16T0466/listing.html)
 
Record
SN04272877-W 20160917/160915235213-68340c77a01b54163ca47a013f43e931 (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.