Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
MODIFICATION

73 -- Meat Scale, Labeler, Printer, Wrapper Stations

Notice Date
11/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit/Equip, & Maint Div (HDEC04), 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC04-17-R-0007
 
Archive Date
12/30/2016
 
Point of Contact
Pamela Jackson, Phone: 804-734-8000 x48767, Dessie L Mills, Phone: 804-734-8000 x48511
 
E-Mail Address
pamela.jackson@deca.mil, dessie.mills@deca.mil
(pamela.jackson@deca.mil, dessie.mills@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Notice Scale/Printer, Stand-Alone (CED 4SPPM - quantity 7); Scale, Labeler, Auto-Wrapper (CED 1M28 - quantity 3); & Scale, Labeler, Wrapper Station (CED 1M30 - quantity 2) Solicitation Number: HDEC04-17-R-0007 Response Date: Tuesday, December 6, 2016, 4:00 p.m. EDST POC: Pamela Jackson, Contract Specialist and Dessie Mills, Contracting Officer Email: pamela.jackson@deca.mil and dessie.mills@deca.mil Phone: 804-734-8000, x48767 and 804-734-8000, x48511 Place of Performance: Defense Commissary Agency, Fort Belvoir Commissary, VA Set Aside: Unrestricted Classification Code: 73-Food Preparation and Serving Equipment NAICS Code: 333997 - Scale and Balance Manufacturing Size Standard: 500 Employees i. 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; proposals are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. ii. The solicitation number for this procurement is HDEC04-17-R-0007 and is issued as a Request for Proposal (RFP). iii. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-88, DFARS Change Notice 20160616, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. iv. This solicitation is Unrestricted. For information purposes, the Federal Supply Classification is 7320, the North American Industry Classification systems (NAICS) code is 333997, which has a size standard of 500 employees. v. Contract Line Item Numbers (CLINS): Provide pricing in the following format CLIN 0001 Price per unit tiny_mce_marker_____________ x 7 quantity = $ ______________ CED 4SPPM, SCALE PRINTER STAND ALONE 7 each Installation, startup assistance and familiarization training required. The weigh / wrap equipment shall support both 802.3 10/100 Mbps Ethernet and 802.11a/b/g/n wireless network interfaces. The weigh / wrap equipment shall support wireless security (802.11i, Wi-Fi Protected Access Enterprise (WPA2 Enterprise)) and EAP Types (EAP-Tunneled TLS (TTLS), Protected EAP (PEAP) and EAP-MSCHAPv2). CLIN 0002 Price per unit tiny_mce_marker_____________ x 3 quantity = tiny_mce_marker_____________ CED 1M28 SCALE LABELER WRAPPER SYSTEM 3 each RIGHT HAND CONFIGURATION REQUIRED Installation, startup assistance and familiarization training required. The weigh / wrap equipment shall support both 802.3 10/100 Mbps Ethernet and 802.11a/b/g/n wireless network interfaces. The weigh / wrap equipment shall support wireless security (802.11i, Wi-Fi Protected Access Enterprise (WPA2 Enterprise)) and EAP Types (EAP-Tunneled TLS (TTLS), Protected EAP (PEAP) and EAP-MSCHAPv2). Standard U.S.A. electrical specifications: 208/240 volts, 60 Hertz, 1 phase CLIN 0003 Price per unit tiny_mce_marker_____________ x 2 quantity = tiny_mce_marker_____________ CED 1M30 SCALE LABELER HANDWRAPPER SYSTEM 2 each Installation, startup assistance and familiarization training required. The weigh / wrap equipment shall support both 802.3 10/100 Mbps Ethernet and 802.11a/b/g/n wireless network interfaces. The weigh / wrap equipment shall support wireless security (802.11i, Wi-Fi Protected Access Enterprise (WPA2 Enterprise)) and EAP Types (EAP-Tunneled TLS (TTLS), Protected EAP (PEAP) and EAP-MSCHAPv2). Standard U.S.A. electrical specifications: 120 volts, 60 Hertz, 1 phase. vi. Description of Requirements: The Defense Commissary Agency is seeking interested vendors to provide the equipment as described above. Documentation/Specifications MUST be submitted to show that the offered equipment will MEET or EXCEED the Commissary Equipment Descriptions as described below. The government reserves the right to award without discussions. CED 4SPPM SCALE/PRINTER, STAND-ALONE Dimensions: "Cannot exceed" 21 inches long / wide, 21 inches deep, 13 inches high. Salient Characteristics that shall be provided: Electronic scale: • Weighs, computes price(s), and issues label data to the labeler. • Weighing capacity from 0.01 to 30 pounds. • Weighs in increments of 0.01 pounds (more sensitive weighing capacities acceptable). • Labeler/printer: • Thermal type label printer • Shall be capable of printing: • The USDA (United States Department of Agriculture) mandated safe handling statement for raw and/or partially cooked meat. • COOL (Country of Origin Label) information. • NutriFacts information, expanded text, graphics and special messages. • Universal Product Code (UPC). Control Panel: • Touch screen interface. • Unit price and total price computing value ranges from tiny_mce_marker.01 to $999.99. • Minimum of 4000 Product Look-up (PLU) codes, memory for associated item files and configurable from 1 to 6 digit PLU characters. • Customer View Screen: • Shall display price per pound, net weight, total price and item description. Industry Standards / Requirement(s): Industry Standards: Underwriters Laboratory (UL) listed. CE is not acceptable for a standard. Warranty period shall be for (1) year from date of delivery/installation against defective material and workmanship and shall include parts, service and labor. Information Technology requirements: Wireless transmission functionality (WTF): • Weigh / wrap(s) shall be capable of communicating wirelessly with satellite scales, laptop, and wrapping systems independent of ancillary components. • An Operating System (OS) based on Windows, Linux or Unix. • The OS must be capable of communicating with the DeCA network which is currently using ePlum software. OS must be capable of receiving patches and upgrades to maintain compatibility with OS upgrades in the future. • The weigh / wrap equipment shall support both 802.3 10/100 Mbps Ethernet and 802.11a/b/g/n wireless network interfaces. • The weigh / wrap equipment shall support wireless security (802.11i, Wi-Fi Protected Access Enterprise (WPA2 Enterprise)) and EAP Types (EAP-Tunneled TLS (TTLS), Protected EAP (PEAP) and EAP-MSCHAPv2). • The weigh / wrap equipment shall be capable of operating in wired mode and wireless mode. - Memory, mass storage and processor requirements Minimum of 5 GB RAM to hold up to 65,000 fields for item, price, nutritional and other required label information. Dual-Core with a minimum processor speed of 1.2 GHz. Information technology that is not an information system or a Platform Information Technology (PIT) system shall be designated by DeCA as an IT product, service or PIT and must be securely configured in accordance with applicable hardening guides, such as Security Technical Implementation Guide (STIG), security controls and shall obtain authorization from DeCA before it is connected to the DeCA environment, in accordance with DoDI 8510.01, Risk Management Framework, March 14, 2014. The contractor shall ensure compliance with DoD security controls (to include ports, protocols and services used) and STIGs is achieved and maintained while connected to DeCA's network. Electrical Requirements: Standard U.S.A. electrical specifications: 120 volts, 60 Hertz, 1 phase. Minimum 6 foot cord with a NEMA Standard plug, or a manufacturer's equivalent to comply with the equipment plug in requirements. NOTE: the operating range for 120 volts is 110 to 120 volts; the operating range for 220 volts is 208 to 230 volts. Standard Contractor Requirements: • Must be shipped ready to assemble, plug in, and use • Installation required by an authorized service technician • Operational testing is required • Assure wireless communication is active between scale / labeler / wrapper systems and other satellite equipment. • Startup assistance required • Provide familiarization training Information to be provided by the Contractor to the commissary at the time of delivery: • Point of Contact for Service • Installation and Operating Instructions • Parts List Maintenance Sustainability Requirements: Continued parts support is required for the projected life cycle of the equipment plus 5 years. Special Coordinating / Safety Instructions: • Activities to be accomplished between the contractor and DeCA • All wireless devices shall be Wi-Fi certified by DeCA working in conjunction with the contractor or representative. Wireless technology shall be implemented in accordance with the latest wireless • STIG guidelines as published by the Defense Information Systems Agency. • A complete inventory of all technical specifications including operating systems and firmware shall be provided at the time of installation. • Operating systems that shall meet DoD standards and shall be certified by the DeCA security team in conjunction with the contractor or representative. • Firmware versions shall be maintained to meet DoD Standards. • The contractor shall work with DeCA to set up scale management software, to push down to the scales firmware upgrades and all DeCA required security patches. Scale software support requirements: • The contractor shall support Invatron scale management activities. • The contractor shall assist DeCA with Invatron in software testing on the scale hardware. CED 1M28 SCALE, LABELER, AUTO-WRAPPER Dimensions: "Cannot exceed" 65 inches long / wide, 55 inches deep, 90 inches high. This equipment is a floor model. Salient Characteristics that shall be provided: • Fully automatic with weighing, conveying, wrapping and labeling capability • Automatic printer: • Thermal type label printer • Automatic label application System shall be capable of printing: • The USDA (United States Department of Agriculture) mandated safe handling statement for raw and / or partially cooked meat • COOL (Country of Origin Label) information • NutriFacts information, expanded text, graphics and special messages • Universal Product Code (UPC) Electronic scale system: • Scale system weighs, automatically computes prices, and issues label data to the labeler(s) • Weighing capacity up to 30 pounds • Weighs in increments of 0.01 pounds • Electric motor drive • Film stretching mechanism which grips and stretches the film around all sides of the package • Auto-sensing detection system that utilizes the optimum film size for economical use of Film - Designed to allow the operator to monitor all switches, change package size and change film size. Film roll(s) shall be accessible and replaceable by operator without tools 3.2.3.9 Automatically wrap packages up to 10 inches wide by 15 inches long by 5 inches high • Capable of wrapping packages by measuring, cutting, wrapping and heat-sealing the film • Equipped with a safety stop switch • Shall be an automatic cold film cut off Control Panel: • Touch screen interface • Unit price and total price computing value ranges from tiny_mce_marker.01 to $999.99 • Minimum of 4000 Product Look-up (PLU) codes, memory for associated item files and configurable from 1 to 6 digit PLU characters Industry Standards / Requirement(s): Industry Standards: Underwriters Laboratory (UL) listed. CE is not acceptable for a standard Warranty period shall be for (1) year from date of delivery / installation against defective material and workmanship and shall include parts, service and labor. Information Technology requirements: • Wireless transmission functionality (WTF): • Weigh / wrap(s) shall be capable of communicating wirelessly with satellite scales, laptop, and wrapping systems independent of ancillary components. • An Operating System (OS) based on Windows, Linux or Unix. • The OS must be capable of communicating with the DeCA network which is currently using ePlum software. OS must be capable of receiving patches and upgrades to maintain compatibility with OS upgrades in the future. • The weigh / wrap equipment shall support both 802.3 10/100 Mbps Ethernet and 802.11a/b/g/n wireless network interfaces. • The weigh / wrap equipment shall support wireless security (802.11i, Wi-Fi Protected Access Enterprise (WPA2 Enterprise)) and EAP Types (EAP-Tunneled TLS (TTLS), Protected EAP (PEAP) and EAP-MSCHAPv2. - The weigh / wrap equipment shall be capable of operating in wired mode and wireless mode. Memory, mass storage and processor requirements • Minimum of 5 GB RAM to hold up to 65,000 fields for item, price, nutritional and other required label information. • Dual-Core with a minimum processor speed of 1.2 GHz. • Information technology that is not an information system or a Platform Information Technology (PIT) system shall be designated by DeCA as an IT product, service or PIT and must be securely configured in accordance with applicable hardening guides, such as Security Technical • Implementation Guide (STIG), security controls and shall obtain authorization from DeCA before it is connected to the DeCA environment, in accordance with DoDI 8510.01, Risk Management Framework, March 14, 2014. The contractor shall ensure compliance with DoD security controls (to include ports, protocols and services used) and STIGs is achieved and maintained while connected to DeCA's network. Electrical Requirements: Standard U.S.A. electrical specifications: 208/240 volts, 60 Hertz, 1 phase Minimum 6 foot cord with a NEMA Standard plug, or a manufacturer's equivalent to comply with the equipment plug in requirements. NOTE: the operating range for 120 volts is 110 to 120 volts; the operating range for 220 volts is 208 to 230 volts. Standard Contractor Requirements: • Must be shipped ready to assemble, plug in, and use • Installation required by an authorized service technician Operational testing is required • Assure wireless communication is active between scale / labeler / wrapper systems and other satellite equipment. • Startup assistance required • Provide familiarization training Information to be provided by the Contractor to the commissary at the time of delivery: • Point of Contact for Service • Installation and Operating Instructions • Parts List Maintenance Sustainability Requirements: The weigh-wrap manufacturer shall provide continued parts support for the projected life cycle of the equipment plus 5 years. Special Coordinating Instructions: • Activities to be accomplished between the contractor and DeCA • All wireless devices shall be Wi-Fi certified by DeCA working in conjunction with the contractor or representative. • Wireless technology shall be implemented in accordance with the latest wireless STIG guidelines as published by the Defense Information Systems Agency. • A complete inventory of all technical specifications including operating systems and firmware shall be provided at the time of installation. • Operating systems that shall meet DoD standards and shall be certified by the DeCA security team in conjunction with the contractor or representative. • Firmware versions shall be maintained to meet DoD Standards. • The contractor shall work with DeCA to set up scale management software, to push down to the scales firmware upgrades and all DeCA required security patches. Scale software support requirements: • The contractor shall support Invatron scale management activities. • The contractor shall assist DeCA with Invatron in software testing on the scale hardware. CED 1M30 SCALE, LABELER, WRAPPER STATION Dimensions: "Cannot exceed" 60 inches long / wide, 35 inches deep, 70 inches high. This equipment is a floor model. Salient Characteristics that shall be provided: • Electronic scale system: • Weighs, computes prices, and issues label data to the labeler(s) • Weighing capacity from 0.01 to 30 pounds • Weighs in increments of 0.01 pounds Labeler: Thermal type label printer System shall be capable of printing: • The USDA (United States Department of Agriculture) mandated safe handling statement for raw and / or partially cooked meat • COOL (Country of Origin Label) information • NutriFacts information, expanded text, graphics and special messages • Universal Product Code (UPC) • Heat seal wrapper: • Sealing hot plate covered with a non-stick surface • Shall be a low temperature cut-off Stainless steel frame: • Legs capable of 1 inch adjustment for leveling • Shall have two each folding side shelves Control panel: • Touch screen interface • Unit price and total price computing value ranges from tiny_mce_marker.01 to $999.99 • Minimum of 4000 Product Look Up (PLU) codes, memory for associated item files and configurable from 1 to 6 PLU characters Industry Standards / Requirement(s): Industry Standards: Underwriters Laboratory (UL) listed. CE is not acceptable for a standard Warranty period shall be for (1) year from date of delivery/installation against defective material and workmanship and shall include parts, service and labor. Information Technology requirements: • Wireless transmission functionality (WTF): • Weigh / wrap(s) shall be capable of communicating wirelessly with satellite scales, laptop, and wrapping systems independent of ancillary components. • An Operating System (OS) based on Windows, Linux or Unix. • The OS must be capable of communicating with the DeCA network which is currently using ePlum software. OS must be capable of receiving patches and upgrades to maintain compatibility with OS upgrades in the future. • The weigh / wrap equipment shall support both 802.3 10/100 Mbps Ethernet and 802.11a/b/g/n wireless network interfaces. • The weigh / wrap equipment shall support wireless security (802.11i, Wi-Fi Protected Access Enterprise (WPA2 Enterprise)) and EAP Types (EAP-Tunneled TLS (TTLS), Protected EAP (PEAP) and EAP-MSCHAPv2). • The weigh / wrap equipment shall be capable of operating in wired mode and wireless mode. • Memory, mass storage and processor requirements • Minimum of 5 GB RAM to hold up to 65,000 fields for item, price, nutritional and other required label information. • Dual-Core with a minimum processor speed of 1.2 GHz. - Information technology that is not an information system or a Platform • Information Technology (PIT) system shall be designated by DeCA as an IT product, service or PIT and must be securely configured in accordance with applicable hardening guides, such as Security Technical Implementation Guide (STIG), security controls and shall obtain authorization from DeCA before it is connected to the DeCA environment, in accordance with DoDI 8510.01, Risk Management Framework, March 14, 2014. The contractor shall ensure compliance with DoD security controls (to include ports, protocols and services used) and STIGs is achieved and maintained while connected to DeCA's network. Electrical Requirements: Standard U.S.A. electrical specifications: 120 volts, 60 Hertz, 1 phase. Minimum 6 foot cord with a NEMA Standard plug, or a manufacturer's equivalent to comply with the equipment plug in requirements. NOTE: the operating range for 120 volts is 110 to 120 volts; the operating range for 220 volts is 208 to 230 volts. Standard Contractor Requirements: • Must be shipped ready to assemble, plug in, and use • Installation required by an authorized service technician • Operational testing is required • Assure wireless communication is active between scale / labeler / wrapper systems • and other satellite equipment. • Startup assistance required • Provide familiarization training Information to be provided by the Contractor to the commissary at the time of delivery: • Point of Contact for Service • Installation and Operating Instructions • Parts List Maintenance Sustainability Requirements: Continued parts support is required for the projected life cycle of the equipment plus 5 years. Special Coordinating / Safety Instructions: • Activities to be accomplished between the contractor and DeCA • All wireless devices shall be Wi-Fi certified by DeCA working in conjunction with the contractor or representative. - Wireless technology shall be implemented in accordance with the latest wireless STIG guidelines as published by the Defense Information Systems Agency. • A complete inventory of all technical specifications including operating systems and firmware shall be provided at the time of installation. • Operating systems that shall meet DoD standards and shall be certified by the DeCA security team in conjunction with the contractor or representative. • Firmware versions shall be maintained to meet DoD Standards. • The contractor shall work with DeCA to set up scale management software, to push down to the scales firmware upgrades and all DeCA required security patches. • Scale software support requirements: • The contractor shall support Invatron scale management activities. • The contractor shall assist DeCA with Invatron in software testing on the scale hardware. vii. Delivery: Delivery, installation, and familiarization training is required NLT February 7, 2017. FORT BELVOIR COMMISSARY STORE DIRECTOR 6050 GORGAS ROAD BLDG. 2325 FORT BELVOIR VA 22060 viii. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: The following information is added to the respective paragraphs of FAR 52.212-1: (a) North American Industry Classification System (NAICS) code and small business size standard: The applicable NAICS to this solicitation is 333997 and the Size Standard is 500. Your Reps and Certs must include the NAICS applicable to this solicitation document and indicate your organization's business size status. (b) Submission of Proposal: Proposals are to be submitted to the Defense Commissary Agency, Supply/Equipment Acquisition Division, Attn: LEAE, 1300 E. Ave, Fort Lee, VA 23801-1800. Faxed, scanned or e-mailed copies will be accepted. You may send to the fax number: 804-734-8009 (Press pause button 2 times) then 78767 or email to pamela.jackson@deca.mil. The complete proposal with authorized representative's signature must be received by the closing date and time. (b)(4) Product Information: Offerors shall submit descriptive literature, a matrix, specifications, drawings, or other information that demonstrates that their offered products meet or exceed ALL the mandatory generalized operating specifications of the Commissary Equipment Description (CED) 4SPPM. (b)(6) Price: Provide your best price for each line item which shall include shipping cost. (b)(8) Offerors must have updated on-line representations and certification completed online with http://sam.gov. The offeror only need to complete paragraph (b)(2) of FAR 52.212-3 and paragraph of DFAR 252.212-7000 and submit with their offer. Per FAR 4.1201(a): Prospective contractors shall complete electronic annual representations and certifications at https://www.sam.gov as a part of required registration (see FAR 4.1102). (c) The period for acceptance of offer is changed to 30 days. (g) Be advised that this solicitation will result in one award. The following paragraphs are altered as follows: a. North American Industry Classification System (NAICS) Code: 333997 b. Submission of Proposals: Submit proposals on Attachment A, at or before the exact time specified in this solicitation. As a minimum, proposals must show the following: (1) The solicitation number: HDEC04-17-R-0007; (2) The time specified in the solicitation for receipt of offer: Tuesday, December 6, 4:00 p.m. EDST; (3) The following company information: Company Name Address Point of Contact Phone Number Email Address Cage Code DUNS Number (4) Terms of any express warranty. (5) Price: Provide your best price to include shipping for each line item. (6) Payment will be made by Defense Finance and Accounting Service (DFAS). Contract payments will be processed electronically via EFT through the Defense Finance and Accounting Service (DFAS). Prior to DFAS releasing any contract payment, the contractor must submit an invoice COMBO using Invoicing, Receipt, Acceptance and Property Transfer (IRAPT), (formally WAWF) electronic commerce. An invoice COMBO is used to invoice for supplies or services and enables the vendor to create a separate invoice and receiving report from the same data entry session, eliminating the need to re-key data. After an invoice COMBO is received, a Government representative will acknowledge acceptance and receipt of the service via IRAPT. After all items are properly submitted, the contract payment will be processed via DFAS electronically. The contractor must access the IRAPT Vendor Tools on the DFAS website and complete the requirements to obtain an active IRAPT account. This will allow the contractor to submit invoices via IRAPT so that payments can be processed electronically through EFT. For additional IRAPT (WAWF) information, see clause 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008). In addition, please assure the following is provided as required: (7) Offeror Representations and Certifications for both FAR and DFARS must be completed and submitted through the System for Acquisition Management (SAM); (8) Signed acknowledgment of Solicitation Amendments, if applicable (submit each amendment separately); (9) Signature below, indicating the company's 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. I agree with all terms, conditions, and provisions included in the solicitation: Name/Signature Date The following requirements for submissions are added: (10) Proposals must be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures and completion of certain clauses and provisions shall be scanned into pdf format and emailed to pamela.jackson@deca.mil. The following should be in the subject line for the email submittal: From (company name) in response to RFP HDEC04-17-R-0007" (11) Past Performance Survey reference information, to include the names, companies, and contact information (phone and email address) of at least two individuals that will be asked to complete Past Performance Surveys. References should represent previous work of similar scope to the requirements in this solicitation that is either currently being performed or has been performed within the last three years. Reference #1: Company Name: Address: Point of Contact: Phone Number: Email Address: Reference #2: Company Name: Address: Point of Contact: Phone Number: Email Address: NOTE: The Government will contact the references; therefore, they should be able to provide information concerning quality of products, timeliness of deliveries, and customer satisfaction. (See attachment C - Past Performance Survey.) (12) All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Pamela Jackson, Contract Specialist at pamela.jackson@deca.mil no later than November 30, 2016 at 4:00 pm EDST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. (14) Completed clauses and provisions (see full text clauses and provisions below). ix) Provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) (a) The Government will award one contract resulting from this solicitation. The following factors shall be used to evaluate the offer: 1. Technical Acceptability of Product 2. Past Performance 3. Price Contractor's offer will be negotiated and the contracting officer will ensure technical acceptability of offered products. A contract will be awarded only if the prices of the individual items do not result in a cost to DeCA that exceeds the fair market price based on market research and past history. (b) Award will be made based on price, technical acceptability of offeror and past performance. Offeror will be determined to be technically acceptable if their proposed product complies with the Commissary Equipment Description, (CED). (End of provision) x) Both FAR and DFARS Representations and Certifications must be completed and submitted to the System for Acquisition Management (SAM). xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) applies to this acquisition along with the following Addendum: The following information is added to the respective paragraphs of FAR 52.212-4: (a) Inspection/Acceptance: The purchase order will be issued and accessed through the Electronic Document Access System (EDA) http://eda.ogden.disa.mil. Contractors must complete the on-line registration available at the website in order to retrieve documents displayed there. Delivery and installationis required on or before February 7, 2017. Delivery to the commissary shall be made between the hours of 7:00 am and 3:00 pm local time, Monday through Friday, excluding official Government Holidays. The contract will contain the delivery location and any other necessary delivery instructions. (c) Changes: The government may issue unilateral administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (g)(1)(v) Shipping: SHIP TO: Fort Belvoir Commissary 6050 Gorgas Road Bldg. 2325 Fort Belvoir, VA 22060 (i) Payment: Payment will be made by Defense Finance and Accounting Service (DFAS). Contract payment will be processed electronically via EFT through the Defense Finance and Accounting Service (DFAS). Prior to DFAS releasing any contract payment, the contractor must submit an invoice COMBO using IRAPT electronic commerce. An invoice COMBO is used to invoice for supplies or services and enables the vendor to create a separate invoice and receiving report from the same data entry session, eliminating the need to rekey data. After an invoice COMBO is received, a Government representative will acknowledge acceptance and receipt of the supplies via IRAPT. After all items are properly submitted, the contract payment will be processed via DFAS electronically. The contractor must access the IRAPT Vendor Tools on the DFAS website and complete the requirements to obtain an active IRAPT account. This will allow the contractor to submit invoices via IRAPT so that payments can be processed electronically through EFT. For additional IRAPT (WAWF) information, see clause 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008). (End of Clause) xii) FAR Clause 52.212-5 (DEV) (JUN 2016), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ___ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 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) The following clauses and provisions are applicable to this acquisition and are hereby incorporated by reference: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.212-1 Instructions to Offerors--Commercial Items (OCT 2015) 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items (JUL 2016) Alternate I (OCT 2014) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2016) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (FEB 2016) 52.222-21 Prohibition Of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-6 Authorized Deviations In Clauses (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) 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) 252.216-7009 Allowability of Legal Costs Incurred in Connection With a Whistleblower Proceeding (SEP 2013) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American And Balance Of Payments Program-Basic (Aug 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Items The following clauses and provisions are applicable to this acquisition and are hereby incorporated in full text: 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (JAN 31 2012) The contractor shall be responsible for ensuring full compliance with all installation access procedures. Installation access includes, but is not limited to, obtaining applicable installation passes and inspections for vehicles and personnel. Contractor employees may also be subject to background security checks/clearances in order to obtain credentials for passes. Some installations are using programs, such as RAPIDGate, which may result in a cost to the contractor. Any costs associated with such programs or with obtaining passes, will not be reimbursed separately and should be included in the contractor's proposed pricing for the product or services being acquired. (End of clause) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of provision) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of clause) 52.225-18 PLACE OF MANUFACTURE (MAR 2015) (a) Definitions. As used in this clause-- Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (End of provision) 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Virginia (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (NOV 2011) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Director, Acquisition Management Defense Commissary Agency ATTN: LEA 1300 E Avenue Fort Lee, Virginia 23801-1800 (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil www.acq.osd.mil/dp/dars/dfars.html (End of provision) 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://www.arnet.gov/far http://farsite.hill.af.mil www.acq.osd.mil/dp/dars/dfars.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.203-7996 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003)(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 section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7997 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003)(OCT 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012) This solicitation provides offerors fewer than 30 days to submit proposals. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and resolicit for an additional period of at least 30 days in accordance with 215.371-2. (End of provision) 252.215-7008 ONLY ONE OFFER (OCT 2013) (a) After initial submission of offers, the Offeror agrees to submit any subsequently requested additional cost or pricing data if the Contracting Officer notifies the Offeror that- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Requirement for submission of additional cost or pricing data. Except as provided in paragraph (c) of this provision, the Offeror shall submit additional cost or pricing data as follows: (1) If the Contracting Officer notifies the Offeror that additional cost or pricing data are required in accordance with paragraph (a) of this clause, the data shall be certified unless an exception applies (FAR 15.403-1(b)). (2) Exceptions from certified cost or pricing data. In lieu of submitting certified cost or pricing data, the Offeror may submit a written request for exception by submitting the information described in the following paragraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. (i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. (ii) Commercial item exception. For a commercial item exception, the Offeror shall submit, at a minimum, information on prices at which the same item or/similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include- (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; or (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (3) The Offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the Offeror's determination of the prices to be offered in the catalog or marketplace. (4) Requirements for certified cost or pricing data. If the Offeror is not granted an exception from the requirement to submit certified cost or pricing data, the following applies: (i) The Offeror shall prepare and submit certified cost or pricing data and supporting attachments in accordance with the instructions contained in Table 15-2 of FAR 15.408, which is incorporated by reference with the same force and effect as though it were inserted here in full text. The instructions in Table 15-2 are incorporated as a mandatory format to be used, unless the Contracting Officer and the Offeror agree to a different format. (ii) As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. (c) If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with 225.870-4(c), the Canadian Commercial Corporation shall obtain and provide the following: (1) Profit rate or fee (as applicable). (2) Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at FAR 15.404-1). (3) Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonable [U.S. Contracting Officer to provide description of the data required in accordance with FAR 15.403-3(a)(1) with the notification]. (4) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror. (d) If negotiations are conducted, the negotiated price should not exceed the offered price. (End of provision) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) (a) Definitions. As used in this clause- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) Receiving report means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using otherthan WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (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). INVOICE AND RECEIVING REPORT (COMBO) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (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 HQ0131 Issue By DoDAAC HDEC04 Admin DoDAAC HDEC04 Inspect By DoDAAC HQCNFF Ship To Code HQCNFF Ship From Code HQCNFF Mark For Code HQCNFF Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (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. Pamela.jackson@deca.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Pamela.jackson@deca.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) IMPORTANT INFORMATION FREEDOM OF INFORMATION ACT (FOIA) Upon award of this contract, the Agency intends to make public the total contract award amount, as well as any awarded individual contract line item pricing (CLIN or Sub-CLIN), within the Agency's electronic reading room located at www.commissaries.com and on the Government Point of Entry (GPE) www.fbo.gov. Unexercised Option year prices will not be published. This action is taken to ensure contract award information is available to the general public pursuant to the President's January 21, 2009 memorandum regarding the Freedom of Information Act. Be advised that the contract(s) resulting from this solicitation will be posted at two distinct points during the procurement cycle: RECENT CONTRACT AWARDS: The first posting will take place immediately after the contracts are awarded and will contain only the base year pricing. HISTORICAL PRICING: The second posting will take place when it is time for re-solicitation of an existing contract and will contain all CLIN and Sub-CLIN prices for the base period and all exercised options from the contract(s) under re-solicitation. (END) xiii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiv) Offers will be accepted at the Defense Commissary Agency, Enterprise Acquisition (LEAE), 1300 E. Avenue, Fort Lee, VA 23801-1800by email at dessie.mills@deca.mil and pamela.jackson@deca.mil and must be received NO LATER THAN Tuesday, December 6, 4:00 p.m. EDST. xv) The point of contact for this solicitation is Pamela Jackson, Contract Specialist, at 804-734-8000, ext. 48767.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-CICE/HDEC04-17-R-0007/listing.html)
 
Place of Performance
Address: Fort Belvoir Commissary, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04337856-W 20161201/161129234022-6cce20a1dc3ebd00c37328e34105d69a (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.