Combine Solicitation – Verticle Transportation Equipment (VTE) Repair and Maintenance
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Verticle Transportation Equipment (VTE) Repair and Maintenance
Classification Code: Z - Maintenance, repair, and alteration of real property
Solicitation Number: FA2521-14-Q-0002
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Various Locations
Place of Performance (zipcode): 32925
Place of Performance Country: US
Description:
Air Force Space Command
45CONS (Bldg 423)
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in "http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/FAR12.DOC#s126" target="_self"Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued.
Request for quote (RFQ) FA2521-14-Q-0002 is a combined synopsis/solicitation for commercial services. This combined synopsis/solicitation is issued as an RFQ in accordance with FAR PART 13. FA2521-14-Q-0002 shall be used to reference any written quote provided under this request for quote.
45 CES/CEOS,
All work will be accomplished in accordance with the
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 effective
The Government intends to issue a firm fixed price (FFP) contract to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on contract line item one (CLIN) (1) only; CLIN two (2) is budgeted NTE
PERFORMANCE: This contract will include a base year (3 months) and four (4) option years; beginning
WORKMANSHIP: The contractor shall provide all personnel, equipment, tools, material, transportation, supervision and other items and services necessary to perform inspections, repair, and maintenance of VTE at
All contractor personnel performing work under this requirement shall hold a current and applicable license and/or recognized certificate of qualification for VTE (elevators, chair lifts, and wheelchair lifts) which MUST BE SUBMITTED WITH THE RFQ.
Attachment 3, Pricing Worksheets for all five (5) periods of performance:
Note: Contract Line Item 2 is budgeted for
Offeror shall insert proposed unit prices in the Pricing Worksheet (Attachment 3) for the base period and each of the four (4) Option Periods. Worksheet must be submitted with the quote.
Offeror shall fill in the blanks for the total price for the base year (3 Months) and each FY (12 Months) in the table below and submit with the quote:
! YR ! TOTAL !
! BASE YR ( 3 MOS - FY14) ! $ !
! OPTION YR 1 (12 MOS - FY15) ! $ !
! OPTION YR 2 (12 MOS - FY16) ! $ !
! OPTION YR 3 (12 MOS - FY17) ! $ !
! OPTION YR 4 (12 MOS - FY18) ! $ !
! TOTAL ALL ! $ !
!
Site Visit: A site visit is scheduled for 17 June 14.The meeting point will be
52.237-1 SITE VISIT (
Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event, shall failure to inspect the site constitute grounds for a claim after contract award.
Attendees are urged to arrive at the gate at
GOVERNMENT PRIMARY POINTS OF contact (POC's):
DEADLINES
All questions or requests for information (Attachment 5) must be in writing and sent by email correspondence on
FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (
RFQ due date:
Submit questions and quotes to the primary POC and alternate POC. Please include FA2521-14-Q-0002 in the Subject line of the e-mail.
***** Notice to Offeror(s)Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
OTHER PERTINENT SUBMISSION INFORMATION: Please provide the following information with your quote:
Solicitation: FA2521-14-Q-0002
Name of Business:________________________________________
Point-of-contact (POC): ___________________________________
POC Phone Number:______________________________________
ALT Phone Number:______________________________________
POC e-mail address: ______________________________________
DUNS Number: ________________
Cage Code: _______________
Tax ID Number: _______________________
*Number of Employees________________
*Total Yearly Revenue__________________
*Information required to determine size of business for the NAICS referenced above
To obtain or renew a DUNS number and/or CAGE code, please visit http://www.sam.gov/portal/public/SAM/ [www.sam.gov/portal/public/SAM/].
All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
DELIVERY OF SERVICES ADDRESS: All services will be conducted at various buildings located at
Patrick
- Must wear seatbelt at all times.
- Must possess valid registration and insurance for all vehicles entering installation.
- While on
- Do not park in seeded areas (grass).
- Adhere to all traffic signs and right-of-way.
- Safely move to the side when emergency vehicles are responding with lights and sirens
- No cell phone usage while operating a vehicle on
PROVISIONS/CLAUSES:The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil):
FAR Provision "http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1130_159445" target="_blank"52.212-2, Evaluation -- Commercial Items (
(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:
Technical Capability/Evaluation - Technical capability is defined as the ability to fully complete all requirements issued in the PWS. The offeror shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of VTE. Persons performing under this contract must have participated in a certification within the last 12 months. NOTE: CERTIFICATION IS REQUIRED TO BE SUBMITTED WITH RFQ. Simply restating the PWS will not qualify as an adequate technical response. Technical evaluation will include an assessment of each offeror's ability to provide required certifications. Certifications must be submitted with proposal.
BASIS OF AWARD: Award will be made to the offeror representing the best value to the Government. Best value consists of the offer meeting the technical capability to perform the services identified within the Performance Work Statement (PWS) at the lowest price.
Each Offeror's quotation shall provide the following information:
(i) Price
(ii) Technical Requirement/Capability
Lowest Price, Technically Acceptable (LPTA) Award will be made to the offeror whose price is lowest among all quotations that were deemed to be technically acceptable. Award will be made to the offeror representing the best value to the Government. Best value consists of the Offeror's quotation meeting the technical requirements identified in the PWS at the lowest price. Pursuant to FAR 12.602, contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon the technical acceptable, lowest priced quote to represent the best value. If the lowest priced submission does not include required certifications, the government reserves the right to evaluate the next lowest priced submission until it has received a submission with required certifications.The evaluation will stop when the government determines the offeror with all mandatory certifications and lowest evaluated price, has been received, that offer represents the best value for the government. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible offeror whose quote is the lowest evaluated price among technically acceptable quotes.
Discussions: The government intends to award a contract without discussions with respective offerors. The government however, reserves the right to conduct discussions if deemed in its best interest.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil):
! 52.203-3 ! Gratuities !
! 52.203-6 ! Restrictions on Subcontractor Sales the Government !
! 52.204-7 ! System for Award Management !
! 52.204-9 ! Personal Identity Verification of Contractor Personnel !
! 52.204-10 ! Reporting Executive Compensation and First-Tier Subcontract Awards !
! 52.204-13 ! System for Award Management Maintenance !
! 52.209-6 ! Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment !
! 52.219-6 ! Notice Of Total Small Business Set-Aside !
! 52.219-8 ! Utilization of Small Business Concerns !
! 52.219-13 ! Notice of Set-Aside of Orders !
! 52-219-14 ! Limitations on Subcontracting !
! 52.219-28 ! Post-Award Small Business Program Representation !
! 52.222-3 ! Convict Labor !
! 52.222-21 ! Prohibition Of Segregated Facilities !
! 52.222-26 ! Equal Opportunity !
! 52.222-35 ! Equal Opportunity for Veterans !
! 52.222-36 ! Affirmative Action For Workers With Disabilities !
! 52.222-37 ! Employment Reports on Veterans !
! 52.222-40 ! Notification of Employee rights Under the National Labor Relations Act !
! 52.222-41 ! Service Contract Act Of 1965 !
! 52.222-43 ! Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) !
! 52.222-50 ! Combating Trafficking in Persons !
! 52.222-54 ! Employment Eligibility Verification !
! 52.223-5 ! Pollution Prevention and Right-to-Know Information !
! 52.223-6 ! Drug-Free Workplace !
! 52.223-18 ! Encouraging Contractor Policies To Ban Text Messaging While Driving !
! 52.225-13 ! Restrictions on Certain Foreign Purchases !
! 52.232-1 ! Payments !
! 52.232-18 ! Availability Of Funds !
! 52.232-23 ! Assignment Of Claims !
! 52.232-33 ! Payment by Electronic Funds Transfer'ystem for Award Management !
! 52.232-40 ! Providing Accelerated Payments to Small Business Subcontractors !
! 52.233-1 ! Disputes !
! 52.233-1 Alt I ! Disputes (
! 52.233-3 ! Protest After Award !
! 52.233-4 ! Applicable Law for Breach of Contract Claim !
! 52.237-2 ! Protection Of Government Buildings, Equipment, And Vegetation !
! 52.242-14 ! Suspension of Work !
! 52.243-1 ! Changes--Fixed Price !
! 52.243-1 Alt III ! Changes--Fixed Price (
! 52.249-1 ! Termination For Convenience Of The Government (Fixed Price) (Short Form) !
! 52.249-4 ! Termination For Convenience Of The Government (Services) (Short Form) !
! 252.203-7000 ! Requirements Relating to Compensation of Former DoD Officials !
! 252.211-7003 ! Item Unique Identification and Valuation !
! 252.225-7016 ! Restriction On Acquisition Of Ball and Roller Bearings !
! 252.237-7010 ! Prohibition on Interrogation of Detainees by Contractor Personnel !
! 252.244-7000 ! Subcontracts for Commercial Items !
! 252.246-7003 ! Notification of Potential Safety Issues !
! 252.204-0001 ! Line Item Specific: Single Funding !
! 252.204-7006 ! Billing Instructions !
! 252.232-7003 ! Electronic Submission of Payment Requests and Receiving Reports !
! 252.232-7010 ! Levies on Contract Payments !
! 52.219-1 Alt I ! Small Business Program Representation, Alt I !
! 52.225-25 ! Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to
! 252.204-7011 ! Alternative Line Item Structure !
! 252.209-7001 ! Disclosure of Ownership or Control by the Government of a Terrorist Country !
! 5352.223-9001 ! Health And Safety On Government Installations. !
!
The following FAR clauses apply to this solicitation and are incorporated by full text:
52.217-8 Option to Extend Services (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to the last day of the period of performance for the contract. Except when it is determined in accordance with FAR 17.206(b) to not to be in the government's best interests, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement period. The total price for the option at 52.217-8 will be determined by multiplying the monthly price of the final annual option by six. Evaluation of options will not obligate the government to exercise the option(s).
(End of Clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within
15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) calendar days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months.
(End of clause)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (
(a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall re represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall represent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _________________ assigned to contract number FA2521-X-XX-XXXX.
____________________________ _______________________________
Contractor Name Title
___________________________________ ________________________
Contractor Signature Date
(End of clause)
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
! This Statement is for Information Only: It is not a Wage Determination !
! Employee Class ! Monetary Wage -- Fringe Benefits !
! WG-5313 Elevator Mechanic (WG-10, Step 2) !
!
(End of clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/
(End of clause)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
(b) The use in this solicitation or contract of any DFAR (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)
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:
252.223-7004 DRUG FREE WORK FORCE
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text:
DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - DOD Appropriations (Deviation 2013-O0006)
(a) In accordance with section 101 (a) (3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O00007) (Date 2012)
(a) In accordance with section 514 of division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under and Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) The Offeror represents that it is [ ] is not [ ]a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text:
252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (
(a) Contract line item(s) through are incrementally funded. For these item(s), the sum of $ of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.
(b) For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs for those item(s).
(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT".
(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.
(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "disputes."
(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.
(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "DEFAULT." The provisions of this clause are limited to work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or (e) of this clause.
(h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract entitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT."
(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.
(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:
On execution of contract $--
(End of clause)
The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text:
5352.201-9101 OMBUDSMAN (
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of "http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf" target="_blank"OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, AFICA/KS SCO 150 Vandenberg Street,
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
5352.242-9000 Contractor Access to Air Force Installations
1. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
2. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS - ADDITIONAL REQUIREMENTS
(a) Contractors must have an approved request letter on file at Security Forces with employees name and the required data.
(b) Subcontracts: The contractor shall include this Special Contract Requirement in subcontracts of any tier.
(c) Unescorted Access to Installations:
(1) To request access to
(2) To request access to
(3) Contractor personnel must complete and sign the applicable form cited above before the required background check (see d. and e. below) can be performed.
(d) All personnel entering
(1) For unescorted entry into non-restricted areas of the installations, personnel must obtain, from AF security personnel, favorable
(2) Prior to being issued restricted area badges for unescorted entry into restricted areas of the installations, U.S. citizens working as contractor employees must obtain a favorable National Agency Check (NAC).
(3) All required information shall be provided to support background checks, and citizenship verification (i.e., birth certificate, passport, voter registration card, resident alien card, or certificate of naturalization).
(e) Escorted Access-Temporary Passes: Personnel may receive a temporary pass, Air Force Form 75/Visitor and
(f) Personnel Background Checks
(1) The 45th Security Forces will conduct the background check at no cost to the applicant. Refusal to submit to the background check will result in denial of access. Applicants shall be denied installation access based on an arrest record including, but not limited to the following crimes:
(i) Murder
(ii) Manslaughter
(iii) Rape
(iv) Aggravated Assault
(v) Burglary
(vi) Arson
(vii) Other forms of Sexual Assaults (lewd, malicious acts to a child, etc.)
(viii) Any other felony
(ix) Outstanding warrants
(x) Misdemeanor convictions less that 5-year involving moral turpitude offenses (theft, worthless checks, etc.)
(xi) FBI Terrorist Watch List
(2) Individuals who do not meet the criteria for unescorted base access may still be granted escorted access on a case-by-case basis. The determination will be made based on the results of the background investigation, totality of the criminal record and the types of crime reported.
(3) Individuals may appeal denial of escorted/unescorted installation access through the Security Forces. It shall be the responsibility of the applicant who is denied access to submit supporting documents such as court, police or arrest records, evidence of community involvement, letters of recommendation to the denial authority for reconsideration.
(4) For the purposes of this policy, convictions are considered to include the following: Guilty verdicts or a Nolo Contendere plea, disposition of cases resulting in deferred adjudication or pretrial diversion and expunged offenses resulting in convictions of crimes enumerated in subparagraph (e)(1) above.
(5) Contractors should allow 14 days for background checks to be finalized. The contractor should provide the required form (see c. above) for each of its personnel to the government 14 days before the contract start date whenever possible. Background checks cannot be performed from only a list of names.
(g) The Government will not be held responsible for contractual impacts or delays caused by the contractor's failure to take prompt action in providing the required information and documentation to obtain access to
(End of clause)
FAR Provision "http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1145_161469" target="_blank" 52.212-3 , Offeror Representations and Certifications -- Commercial Items (
FAR clause at "http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1405_194946" target="_blank" 52.212-4 , Contract Terms and Conditions -- Commercial Items (
The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
Link/URL: https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-0002/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 6814 |



Combine Solicitation – Six ton vertical bulk storage tank for CO2
Presolicitation Notice – ZNRE 12-1805, Building System Optimization, Yokota AB, Japan
Advisor News
- Why aligning wealth and protection strategies will define 2026 planning
- Finseca and IAQFP announce merger
- More than half of recent retirees regret how they saved
- Tech group seeks additional context addressing AI risks in CSF 2.0 draft profile connecting frameworks
- How to discuss higher deductibles without losing client trust
More Advisor NewsAnnuity News
- Allianz Life Launches Fixed Index Annuity Content on Interactive Tool
- Great-West Life & Annuity Insurance Company Trademark Application for “SMART WEIGHTING” Filed: Great-West Life & Annuity Insurance Company
- Somerset Re Appoints New Chief Financial Officer and Chief Legal Officer as Firm Builds on Record-Setting Year
- Indexing the industry for IULs and annuities
- United Heritage Life Insurance Company goes live on Equisoft’s cloud-based policy administration system
More Annuity NewsHealth/Employee Benefits News
- Recent Studies from University of Tennessee Add New Data to COVID-19 (Uncovering Gaps in Childhood Vaccine Coverage: A Post-COVID-19 Analysis of Vaccine Disparities in Tennessee): Coronavirus – COVID-19
- AM Best Affirms Credit Ratings of Prudential Financial, Inc. and Its Life/Health Subsidiaries
- TrumpRx is here. What you should know
- Report: Health insurers denied one in five claims in 2024
- Tom Campbell: Is the cost of healthcare top election issue?
More Health/Employee Benefits NewsLife Insurance News