Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

R -- 124 FW Yellow Ribbon FY17 Jan Childcare - Gowen Yellow Ribbon Childcare

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, 124WG MSG/MSC, BOISE AIR TERMINAL, 4460 SOUTH BYRD ST., BOISE, Idaho, 83705-8092
 
ZIP Code
83705-8092
 
Solicitation Number
W912J7-17-T-0004
 
Archive Date
12/31/2016
 
Point of Contact
David Dike, Phone: 2084225558, Tracy J Stephens, Phone: 2084225270
 
E-Mail Address
david.c.dike.mil@mail.mil, tracy.j.stephens4.mil@mail.mil
(david.c.dike.mil@mail.mil, tracy.j.stephens4.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA Wage Determinations DODI 1402.05 Statement of Work (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 written solicitation will not be issued. (ii) Solicitation W912J7-17-T-0004 is issued as a request for quotation (RFQ). (iii) This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-92. (iv) This is a small business set-aside and the associated NAICS code is 624410 and the small business size standard is $7.5 Million. (v) Contract line item number(s) CLIN 0001 -Childcare for Yellow Ribbon Sustainment Event in accordance with attached Statement of Work QTY 1 JOB (vi) See attached statement of work for description and specifications of requirements. (vii) Childcare is required on 6 and 7 January 2017 from 8:00 am to 4:00 pm. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following provisions are added by reference FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations--Representation (Nov 2015) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.237-1 Site Visit (Apr 1984) DFARS 252.203- 7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.203-7994 Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2017-O0001) (Nov 20156) DFARS 252.204- 7008 Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204- 7013 Limitations on the Use or Disclosure of Information by Litigation Support Solicitation Offers (FEB 2014) DFARS 252.225- 7000 Buy American--Balance of Payments Program Certificate (NOV 2014) DFARS 252.225- 7031 Secondary Arab Boycott of Israel (JUN 2005) (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Offeror shall complete the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov prior to contract award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (MAR 2016) (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 (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (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 (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (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. (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 are added by reference: FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations--Representation (NOV 2015) FAR 52.232-18 Availability of Funds (APR 1984) DFARS252.203- 7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203- 7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7995 Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001)(NOV 2016) DFARS 252.204- 7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (FEB 2014) DFARS 252.204- 7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.225- 7001 Buy American and Balance of Payments Program (NOV 2014) DFARS 252.225- 7048 Export-Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (JUN 2013) (xiii) Warranties shall be in accordance with attached statement of work. The following clause is incorporated by full text: DFARS 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 Work Flow (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: Pending award (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. FA6112 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC W912J7 Admin DoDAAC FA6112 Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) F7D3SV Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (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. Not applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (xiv) Quotes are due back to david.dike.1@us.af.mil by 16 Dec 2017 at 12:00pm, MST (xv) If there are any questions regarding this acquisition please e-mail david.dike.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10-1/W912J7-17-T-0004 /listing.html)
 
Place of Performance
Address: Ada County, Boise, Idaho, 83705, United States
Zip Code: 83705
 
Record
SN04341235-W 20161204/161202233725-a8632e10a759db3f0de91cc040a8f3fa (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.