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
MODIFICATION

U -- Catholic RE Coordinator

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
FA4407-16-Q-2010
 
Archive Date
9/21/2016
 
Point of Contact
Joyce Simmons, Phone: 6182569267, Susan Szoke, Phone: 6182569270
 
E-Mail Address
joyce.simmons@us.af.mil, susan.szoke@scott.af.mil
(joyce.simmons@us.af.mil, susan.szoke@scott.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squadron at Scott AFB IL is contemplating an award for a for a Catholic Religious Education (RE) Coordinator for a 1 year base period plus two (2) annual options. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 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. (ii) The solicitation reference number is F3S0166242A001 ; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-89 effective15 Aug 2016, and the Defense Federal Acquisition Regulation Supplement DPN 20160830 Edition. (iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal;under North American Industry Classification System (NAICS) code 611710;Education Support Services. The small business size standard is $15.0 million. The Projext service code (PSC)/ Federal Supply Code (FSC) for this acquisition will be U099; Education Services. (v) Contract Line Item Number(s) CLINS: Request is for a. Catholic Religious Education (RE) Coordinator This acquisition is being procured utilizing NAICS Code 813920, a PSC Code of U0099. Please provide a quote for a Catholic Religious Education (RE) Coordinator requirement by 15 Sept 2016 at 1:00 p.m. If this date is not possible, please contact the above to discuss completion date. Item # Description Quantity Unit Unit Price Total Price 0001 Catholic Religious Education (RE) Coordinator 12 Month 1001 Catholic Religious Education (RE) Coordinator. Option Year 1 12 Month 2001 Catholic Religious Education (RE) Coordinator. Option Year 2 12 Month Department of Labor Wage Determination No.: 2015-5075 Revision No.: 2 Date Of Revision: 05/05/2016 applies to this requirement TOTAL AMOUNT OF ITEM 0001 $_________________ TOTAL AMOUNT OF ITEM 1001 $_________________ TOTAL AMOUNT OF ITEM 2001 $_________________ Grand Total $ ____________________________________ (vi) Description of requirements: To provide non-personal services as the Catholic Religious Education (RE) Coordinator for the Catholic community at Scott Air Force Base, IL. Services to be provided are listed herein. ATTACHMENT 2 in FedBizOpps.CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) TO RECEIVE AN AWARD. The SAM webpage can be found at https://sam.gov. (vii) Place of performance is Building 1620, Chapel One, Scott Air Force Base Illinois (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212.1 PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. CAGE Code ___________________________________________ 3. Contractor Name ____________________________________________________________ 4. Payment Terms (net 30) or Discount ____________________________________ 5. Period of Performance: _____________________________________________ 6. Business Type (i.e. small, women-owned, SDVOSB, (etc) ___________________________ 7. Point of contact___________________________________ 8. Phone Number____________________________________ 9. Email address_______________________________________________________________ 10. Official Date of Quote_____________________________________________________ (ix) The provision at FAR 52.212-2 -- EVALUATION-COMMERCIAL ITEMS, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. (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: Qualifications, Interview, and Price. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. (End of Provision) 1. Please provide recent and relevent past performance 2. Provide a resume with academic certification 3. Interviews will be scheduled after the quote closing date. (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://sam.gov (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Feb 2012). (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive--Orders Commercial Items (Deviation 2013-O0019) (Jan 2014) applies. (xiii) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and are incorporated by reference: FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.217-3 Evaluation Exclusive of Options (Apr 1984) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Apr 2015) FAR 52.222-41 Service Contract Labor Standards (May 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul. 2013) FAR 52.232-39 Clause for Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015) DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (OCT 2015) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alternate A, System for Award Management (Jan 2015) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) (OCT 2015) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001) (OCT 2015) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) (End of provision) FAR 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 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 15060, Educational Technologist, GS-9 $23.49 per hour, Plus 36.25% Estimate for fringe FAR 52.252-1 -- SOLICITATION PROVISION 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 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 FAR 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 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­-Fiscal Year 2016 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS 252.211-7003 Item Unique Identification and Valuation. ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD item unique identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/ Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/Normontwikkeling/Certificatieschemas-en-keurmerken/Schemabeheer/ISOIEC-15459.htm under "Register." "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods- (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) AFFARS 5352.201-9101 - OMBUDSMAN An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Gregory S. O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com AFFARS 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (xiv) N/A (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 2:00 P.M. CST ON 20 Sept 2016. (xvi) Quotes are due to: By email: joyce.simmons@us.af.mil By mail: 375 CONS/LGCB Attn: Joyce Simmons 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above. The point of contact for this acquisition is Joyce Simmons: phone 618-256-9267; e-mail joyce.simmons@us.af.mil. In the event this individual is not available, contact Susan Szoke: phone 618-256-9270; e-mail susan.szoke@us.af.mil. REAL ID ACT REQUIREMENT Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards. The following are noncompliant States/Territories without Extensions for the REAL ID Act. At midnight on 15 September 2016, Scott AFB will no longer accept licenses from these states unless it is an Enhanced Driver's License: American Samoa Minnesota Missouri Washington The following states/territories have an extension, allowing Federal agencies to accept driver's licenses from these states until 10 Oct 16. At midnight on 10 Oct 2016, Scott AFB will no longer accept licenses from these states: Arkansas Michigan Oregon Alaska Montana Oklahoma California N. Marianas Pennsylvania Guam New Hampshire Puerto Rico Idaho New Jersey Rhode Island Illinois New Mexico S. Carolina Kentucky New York Texas Louisiana N. Carolina Virginia Maine N. Dakota Virgin Islands Massachusetts The following states/territories are compliant with the REAL ID Act: Alabama Hawaii Nevada Arizona Indiana S. Dakota Colorado Iowa Tennessee Connecticut Kansas Utah Delaware Maryland Vermont DC Mississippi West Virginia Florida Nebraska Wisconsin Georgia Ohio Wyoming Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License: - United States Passport or Passport Card, not expired - Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule - An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information - Personal Identification Verification (PIV) card issued by Federal Government - Veterans health Identification Card issued by U.S. Department of Veterans Affairs - Interoperable (PIV-I) cards issued by No-Federal Government entities - Certificate of Naturalization/ Certificate of Citizenship (form N-550) - Permanent Resident Card/Alien Registration Receipt Card (Form I-551) - DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST) - Border Crossing Card (Form DSP-150) - An employment authorization document that contains a photograph (Form I-766) - U.S. Coast Guard Merchant Mariner Cards Credentials - U.S. Certificate of Naturalization or Certificate of Citizenship (Form N-550) and U.S. Permanent Resident Card (Form I-551) - U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph - A Foreign Government Issued Passport Please contact Pass and Registration at 256-3020/ 2008 if you have any questions or need additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4407-16-Q-2010/listing.html)
 
Place of Performance
Address: Building 1620, Chapel One, Scott AFB, and Building 5713, Chapel Two, Scott AFB, and other locations as approved by the Wing Chaplain or his/her designee., Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04274628-W 20160917/160916000813-4fcb82182606e1063276aec1b622afea (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.