Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

S -- Tree Removal - Ash borer Phase 2 - SOW - COMBO

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping 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
FA440720Q0001
 
Point of Contact
JONATHAN A. SEVERIN, Phone: 6182569260
 
E-Mail Address
jonathan.severin@us.af.mil
(jonathan.severin@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBO STATEMENT OF WORK The 375th Contracting Squadron, Scott Air Force Base, IL is contemplating an award to perform tree and stump removal to mitigate Ash Borer spread. Scott Air Force Base is conducting market research to determine the availability of businesses capable of providing tree and stump removal to mitigate Ash Borer to trees located at Scott Air Force Base. Scope of Work defined in attached Statement of Work (SOW). This is a commercial purchase using Federal Acquisition Regulation (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) Solicitation number FA440720Q0001 issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2019-06, effective 10 Oct 2019, and the Defense Federal Acquisition Regulation Supplement DPN 20190531 (Effective 31 May 2019) Edition. (iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 561730; Landscaping Services, Product Service Code (PSC) is S208; Housekeeping-Landscaping/Grounds keeping, and the business size is $8.0 Million. (v) Contract Line Item Number(s) CLINS: Item #DescriptionQuantityUnitUnit PriceTotal Price 0001 Medium Trees: Diameter 11" to less than 23" (exact sizes listed in statement of work) (instruction in statement of work 1.2) 87EA 0002Large Trees: Diameter 23" to less than 36" (exact sizes listed in statement of work) (instruction in statement of work 1.2)16EA GRAND TOTAL$ (vi) Description of requirements: The contractor shall furnish all labor, transportation, materials and equipment to remove trees and stumps and any associated debris from said removal located at Scott Air Force Base, IL. Approximate number of trees is one hundred three (103) see appendix A of the SOW. The contractor shall accomplish tree and stump removal at locations indicated in Appendix B, Maps located in the SOW. Trees to be removed shall also be marked by Civil Engineering Squadron (CES) with flagging. To ensure Emerald Ash Borer larvae destruction, ALL trees removed shall be chipped and disposed of within St. Clair County, Illinois. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and/or grinding, all growth to a minimum of eight inches below grade. Stumps shall be ground within seven (7) days of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall install top soil to level the ground where the tree once stood. The contractor shall brief 375th Civil Engineer Squadron (CES) or POC at the end of each day of services, and provide a written report within ten business days after completing services. The contractor shall abide by Scott AFB, local, county, state and federal laws under this contract. The Contractor shall use innovative industry/commercial standards/procedures and equipment to minimize the expenditure or time and funds while ensuring the highest of quality work. See attached SOW for complete details of the acquisition. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Acquisition FAR Site, https://www.acquisition.gov/content/regulations. ADDENDA TO 52.212-1: A. SITE VISIT A site visit will be held for all interested parties on 13 November 2019 at Scott AFB, IL. Offerors shall contact Mr. Jonathan Severin at 618-256-9260 or email jonathan.severin@us.af.mil and/or Ms. Judith Jennings at 618-256-9271 or email judith.jennings@us.af.mil by 3:00 p.m. CST 12 November 2019 to confirm attendance and allow the Government sufficient time to assure your Base Pass is processed. The site visit begins promptly at 09:30 a.m. CST. Please allow sufficient time to obtain the pass from the Visitor Control Center for access to the Installation. All interested parties will meet in the main Conference Room located at 375 CONS, Bldg. 52. B. WAGE DETERMINATION (WD) At the time of this combined synopsis/solicitation, WD 2015-5075, Rev. 13, dated 07/16/19 was in effect. In the event of an updated revision to the applied WD, the updated revision will be incorporated into award. Department of Labor Wage Determination 2015-5075 Revision # 13 Date: 07/16/19. C. REAL ID ACT Version 35 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 states/territories has an extension for REAL ID enforcement, allowing Federal agencies to accept driver's licenses and identification cards from at Federal facilities and nuclear power plants until: 28 Feb 2020 N. Marianas 10 Oct 2019 Maine OklahomaA. Samoa OregonNew Jersey The following states/territories are compliant with the REAL ID Act: Alabama Arizona Arkansas Colorado Connecticut Delaware DC Florida Georgia Hawaii IllinoisIndiana Iowa Kansas Louisiana Maryland Michigan Mississippi Nebraska Nevada New Mexico New York N. Carolina Ohio S. Dakota TennesseeTexas Utah Vermont West Virginia WisconsinWyoming S. Carolina Idaho N. Dakota Puerto Rico Washington N. Hampshire Massachusetts Guam Virginia MinnesotaVirgin Island CaliforniaRhode Island Alaska MontanaMissouri PennsylvaniaKentucky 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. 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 - US Military ID (including retirees and dependents) - Transportation Worker Identification Credential (TWIC) Please contact Pass and Registration at 256-3020/ 2008 if you have any questions or need additional information. ADDENDA TO 52.212-1 (CONTINUED): PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. Contractor Name: _______________________________________________________ 2. Contractor Address: _____________________________________________________ 3. Point of Contact: ________________________________________________________ 4. Phone Number: __________________________________________________________ 5. Email Address: __________________________________________________________ 6. DUNS Number: ___________________________________________________________ 7. CAGE Code: ______________________________________________________________ 8. Business Type (i.e. Small, Women-Owned, SDVOSB, etc.): ________________________ 9. Date of Quote and Expiration Date of Quote: _____________________________________ 11. Proposed Payment Terms or Discount: _______________________________________ 12. Begin Date and End Date of Performance: _____________________________________ 13. FOB (Destination or Origin): Destination (ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. (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. For this acquisition, the following factors used to evaluate offers are: Price; and Evaluation of offers will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2. The Government intends to make award to the lowest priced offeror meeting the Government's minimum requirement. (End of Provision) (x) Offerors must include with their offer a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) site located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Jan 2019), applies to this acquisition. FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) FAR 52.204-9 - Personal Identity Verification of Contractor Personnel FAR 52.204-7 - System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.204-13 - System for Award Management FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.204-22 - Alternative Line Item Proposal FAR 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment (all awards) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging while Driving (Aug 2011) FAR 52.223-5 - Pollution Prevention and Right-to-Know Information FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.253-1 - Computer Generated Forms \ (xiii) The following FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses/provisions, which are incorporated by reference are required for the acquisition to implement provisions of law, Executive orders, or apply to FAR Part 12. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) - Provision DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) - Clause DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) - Clause DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) - Provision DFARS 252.204-7003 - Control of Government Personnel Work Products DFARS 252.204-7004 - DoD Antiterrorism Awareness Training for Contractors DFARS 252.204-7006 - Billing Instructions DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) - Provision DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) - Clause DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) - Clause DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) - Clause DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal (Mar 2018) - Provision DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Mar 2018) - Provision DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) - Clause DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) - Clause DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) - Provision DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012) - Provision DFARS 252.215-7008 Only One Offer DFARS 252-215-7013 - Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7006 - Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials-Basic DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) - Clause DFARS 252.225-7000, Buy American-Balance of Payment Program Certificate (Nov 2014) DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2017) DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors (all awards) DFARS 252.225-7048 - Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) - Clause DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) - Clause DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) - Clause DFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (May 2013) - Clause DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) - Clause DFARS 252.243-7001 - Pricing of Contract Modifications (all awards) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) - Clause DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014) - Clause AFFARS 5352.201-9101, Ombudsman (Jun 2016) - Clause AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) - Clause AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) - Clause AFFARS 5352.242-9000, Contractor Access to Air Force Installations - Clause FULL TEXT CLUASES: FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: 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 5 332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage-Fringe Benefits 11210 Laborer, Grounds Maintenance, WG-3$16.78 plus 36.25% for fringe Benefits (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(DEVIATION)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) 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 paragraph (b)) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) DFARS 252.211-7003 Item Unique Identification and Valuation. As prescribed in 211.274-6(a)(1), use the following clause: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) (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, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459. "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 ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ __________________________________________________________________ (If items are identified in the Schedule, insert "See Schedule" in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (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) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (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. "Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items- (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert either "Invoice 2in1" or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.] (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 Issue By DoDAAC Admin DoDAAC** Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert "See Schedule" or "Not applicable.") (**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (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. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) (xv) QUOTES ARE DUE NLT: 18 November 2019 by 11:59 A.M. CST (xvi) Quotes are due via email to: Primary: Jonathan Severin - Phone - 618-256-9260 jonathan.severin@us.af.mil Secondary: Ms. Judy Jennings - Phone - 618-256-9271 judith.jennings@us.af.mil 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 Jonathan Severin - Phone - 618-256-9260 or email jonathan.severin@us.af.mil. In the event this individual is not available, contact Ms. Judy Jennings - Phone - 618-256-9271 or email judith.jennings@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA440720Q0001/listing.html)
 
Place of Performance
Address: See SOW, United States
 
Record
SN05492499-W 20191109/191107231038-342fcf7243d127f73512356ab14471d5 (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.