Combine Solicitation – HOSPITAL LINEN SERVICES
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: HOSPITAL LINEN SERVICES
Classification Code: S - Utilities and housekeeping services
Solicitation Number: F3G4BA4015A001
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Michael O'
Place of Performance (zipcode): 89191
Place of Performance Country: US
Description:
Air Combat Command
99 CONS
This is a combined synopsis/solicitation for a commercial item 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.
1. The solicitation number is F3G4BA4015A001. This solicitation is issued as a Request For Proposal (RFP).
2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, effective
3. This requirement is set-aside 100% Small Business and the associated NAICS code is 812332, Industrial Launderers, and the small business size standard is
4. Below are the contract line item number(s), item description, quantities and units of measure (including options).
BID SCHEDULE
BASE PERIOD,
! ! DESCRIPTION ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! BULK (See PWS, Appendix B) ! 580,000 ! LB ! ! !
!
! TOTAL CLIN 0001 PRICE ! 1 Lot ! $ !
!
BASE PERIOD,
! ! DESCRIPTION ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! SHIRT WHITE MEDICAL ASST ! 1750 ! EA ! ! !
! 2 ! LAB COATS, LONG ! 1950 ! EA ! ! !
! 3 ! TROUSERS WHITE MEDICAL ASST ! 1750 ! EA ! ! !
! 4 ! MATTRESS COVER ! 2100 ! EA ! ! !
! 5 ! TABLECLOTH 4FT X 4FT ! 1200 ! EA ! ! !
! 6 ! TABELCLOTH 4FT X 8FT ! 1200 ! EA ! ! !
! 7 ! LINEN NAPKINS ! 100 ! EA ! ! !
!
! TOTAL CLIN 0002 PRICE ! 1 Lot ! $ !
!
BASE PERIOD,
! ! DESCRIPTION ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! STAIN TREATMENT ! 2,500 (Not to Exceed) ! LB ! ! !
!
! TOTAL CLIN 0003 PRICE ! 1 Lot ! $ !
!
BASE PERIOD,
! ! DESCRIPTION ALTERATIONS ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! ZIPPERS ! 38 ! EA ! ! !
! 2 ! WAIT BAND HOOK ! 60 ! EA ! ! !
! 3 ! BUTTON ! 60 ! EA ! ! !
! 4 ! MENDING ! 900 ! INCHES ! ! !
! 5 ! PATCHING ! 80 ! EA ! ! !
!
! TOTAL CLIN 0004 PRICE ! 1 Lot ! $ !
!
OPTION YEAR I,
! ! DESCRIPTION ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! BULK (See PWS, Appendix B) ! 580,000 ! LB ! ! !
!
! TOTAL CLIN 1001 PRICE ! 1 Lot ! $ !
!
OPTION YEAR I,
! ! DESCRIPTION ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! SHIRT WHITE MEDICAL ASST ! 1750 ! EA ! ! !
! 2 ! LAB COATS, LONG ! 1950 ! EA ! ! !
! 3 ! TROUSERS WHITE MEDICAL ASST ! 1750 ! EA ! ! !
! 4 ! MATTRESS COVER ! 2100 ! EA ! ! !
! 5 ! TABLECLOTH 4FT X 4FT ! 1200 ! EA ! ! !
! 6 ! TABELCLOTH 4FT X 8FT ! 1200 ! EA ! ! !
! 7 ! LINEN NAPKINS ! 100 ! EA ! ! !
!
! TOTAL CLIN 1002 PRICE ! 1 Lot ! $ !
!
OPTION YEAR I,
! ! DESCRIPTION ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! STAIN TREATMENT ! 2,500 (Not to Exceed) ! LB ! ! !
!
! TOTAL CLIN 1003 PRICE ! 1 Lot ! $ !
!
OPTION YEAR I,
! ! DESCRIPTION ALTERATIONS ! ESTIMATED QUANTITY ! UNIT ! PRICE ! EXTENDED PRICE !
! 1 ! ZIPPERS ! 38 ! EA ! ! !
! 2 ! WAIT BAND HOOK ! 60 ! EA ! ! !
! 3 ! BUTTON ! 60 ! EA ! ! !
! 4 ! MENDING ! 900 ! INCHES ! ! !
! 5 ! PATCHING ! 80 ! EA ! ! !
!
! TOTAL CLIN 1004 PRICE ! 1 Lot ! $ !
!
5. Description of requirement for the item to be acquired.
See the attached Performance Work Statement (PWS) and included appendices.
6. Place of delivery is
7. The following provisions are incorporated by reference.
52.212-1, Instructions to Offerors - Commercial
8. The following provisions are incorporated by full-text.
52.212-1, Instructions to Offerors - Commercial, Addendum, applies to this acquisition.
(1) FAR 52.212-1, paragraph (b)(8), is changed to read:
(8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.
(2) FAR 52.212-1, paragraph (c), is changed to read:
(c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers.
(3) To be considered for this requirement:
(a) the offeror must complete the Bid Schedule (see paragraph 4). Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point.
(b) the offeror must provide 1) the address of the vendor's laundry facility to perform these services, 2) a statement acknowledging all of the requirements in Appendix E and 3) an affirmative statement confirming that the vendor's facility meets all of the requirements in Appendix E.
(c) the offeror must provide a technical proposal. The technical proposal should be clear and free of errors. The offeror shall provide sufficient detail to demonstrate a thorough understanding of the requirements and describe an approach demonstrating how the tasks will be accomplished in a timely manner at an acceptable performance level.
At a minimum, the technical proposal must address the requirements in Table 1. below.
Table 1. Technical Requirements
! Reference ! Title !
! PWS, Para 1.3. ! Delivery !
! PWS, 1.3.1. ! Cart Care and Maintenance !
! PWS, Para 1.3.2. ! Cart Availability !
! PWS, Para 1.7.1. ! Prevention of Cross Contamination !
! PWS, Para 1.13. ! Lost, Damaged and Salvaged Laundry !
! PWS, Appendix E ! Laundry Facility Inspection Checklist !
!
When outlining the process to meet a requirement, the offeror's technical proposal must identify the PWS paragraph and title (e.g. 1.3. Delivery) that is being addressed.
(d) the offeror must provide past performance information. The Government requests for past performance information on no more than 3 (three) contracts. Past performance information must include recent and relevant contracts for the same or similar requirement in size, scope of work, dollar value and performance periods. Past performance information provided must be within the past 3 (three) years from the posted date of this solicitation. Past performance information and references must include contract numbers, points of contact with telephone numbers and email addresses.
In accordance with FAR Part 9, Contractor Qualifications, past performance information provided will be used to determine whether an offeror has a satisfactory performance record to determine whether the offeror is a responsible contractor eligible for contract award.
An offeror determined to have an unsatisfactory performance record will be determined nonresponsible, therefore, the offeror will not be eligible for contract award.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.
The Government has a right to retrieve additional past performance information through the Government's past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS).
(4) Questions and Answers. All questions must be submitted in writing via email to
(5) The technical proposal must not exceed 25 pages (front and back); font size 12pt, Times New Roman.
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
Price
b. The Government will select the offer with the lowest evaluated price from among those meeting the acceptability standards for the non-price factor. Contract(s) may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this RFQ) and is judged, based on the evaluation factor and subfactors, to represent the lowest price technically acceptable offer.
The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.
While the Government will strive for maximum objectivity, the selection process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process. Award shall be made to the offeror with the lowest priced, technically acceptable proposal.
Factor 1 - Technical. The evaluation team shall evaluate against each of the following subfactors and the associated standard (see Table 2. below) under Factor 1.
Table 2. Technical Subfactors and Standards! Subfactor ! Title ! Standard the Offer Must Meet !
! 1 ! Delivery Method (PWS, Para 1.3.) ! The technical proposal outlines a process demonstrating the offeror's understanding of the requirements of Para 1.3., Delivery, of the PWS, and describes how the tasks will be accomplished in a timely manner at an acceptable performance level. !
! 2 ! Cart Care and Maintenance (PWS, Para 1.3.1.) ! The technical proposal outlines a process demonstrating the offeror's understanding of the requirements of Para 1.3.1., Cart Care and Maintenance, of the PWS, and describes how the tasks will be accomplished in a timely manner at an acceptable performance level. !
! 3 ! Cart Availability (PWS, Para 1.3.2.) ! The technical proposal outlines a process demonstrating the offeror's understanding of the requirements of Para 1.3.2., Cart Availability, of the PWS, and describes how the tasks will be accomplished in a timely manner at an acceptable performance level. !
! 4 ! Prevention of Cross Contamination (PWS, Para 1.7.1.) ! The technical proposal outlines a process demonstrating the offeror's understanding of the requirements of Para 1.7.1., Prevention of Cross Contamination, of the PWS, and describes how the tasks will be accomplished in a timely manner at an acceptable performance level. !
! 5 ! Lost, Damaged and Salvaged Laundry (PWS, Para 1.13.) ! The technical proposal outlines a process demonstrating the offeror's understanding of the requirements of Para 1.13., Lost, Damaged and Salvaged Laundry, of the PWS, and describes how the tasks will be accomplished in a timely manner at an acceptable performance level. !
! 6 ! Laundry Facility Inspection Checklist (PWS, Appendix E) ! The technical proposal provides 1) the address of the vendor's laundry facility to perform these services, 2) a statement acknowledging all of the requirements in Appendix E and 3) an affirmative statement confirming that the vendor's facility meets all of the requirements in Appendix E. !
!
(1) The evaluation team will evaluate each offer on its merits and assign one of the following ratings to each Subfactor under Factor 1.
Factor 1 - Technical Acceptable/Unacceptable Ratings
! Rating ! Description !
! Acceptable ! Offer clearly meets the minimum requirements of the Solicitation and PWS. !
! Unacceptable ! Offer does not clearly meet the minimum requirements of the Solicitation and PWS. !
!
(2) Any of the Subfactors rated Unacceptable, regardless of another Subfactor(s) receiving an Acceptable rating, will result in an overall rating of Unacceptable for Factor 1. Reasons for Unacceptability include not meeting one or more of the standards in Table 2. Only offers rated Acceptable for Factor 1 will be considered for price evaluation under Factor 2, Price.
Factor 2 - Price. The Government shall conduct a price evaluation of all technically acceptable offers. The Government will evaluate an offer by adding the total price for all options to the total price for the basic requirement. The total evaluated price is determined by adding the price of the six month extension period, in accordance with 52.217-8, Option to Extend Services, to the proposed prices for the Base Year and Option Period I. The six month extension price is determined by taking 50% of the final option year's total price, which represents the maximum 6-month period allowed by 52.217-8. The Government may use various price analysis techniques and procedures to ensure a fair, reasonable and realistic price. Evaluation of prices will determine if they are compatible with the scope of the effort, are not unbalanced and are neither excessive nor insufficient for the effort to be accomplished. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques. 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).
RESPONSIBILITY DETERMINATION - PAST PERFORMANCE
(c) Past performance is to be used only as part of the responsibility determination - it is NOT an evaluation factor and will not be taken into consideration during the Proposal Evaluation. As part of the responsibility determination, past performance will be evaluated IAW FAR 9.1, Responsible Prospective Contractors. In addition to the past performance information provided by the offeror past performance information may be obtained through any of the following: 1) PPIRS; 2) similar systems of other Government departments and agencies; 3)
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)
52.252-1,
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
252.237-7013, Instruction to Offerors (Bulk Weight) (
(a) Offers shall be submitted on a unit price per pound of serviced laundry. Unit prices shall include all costs to the Government of providing the service, including pickup and delivery charges.
(b) The Contracting Officer will evaluate bids based on the estimated pounds of serviced laundry stated in the solicitation.
(c) Award generally will be made to a single offeror for all lots. However, the Contracting Officer may award by individual lot when it is more advantageous to the Government.
(d) Prospective offerors may inspect the types of articles to be serviced. contact the Contracting Officer to make inspection arrangements.
(End of provision)
9. The following clauses are incorporated by references.
52.212-4, Contract Terms and Conditions -- Commercial Item
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (
10. The following clauses 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 30 days.
(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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 2 years.
(End of Clause)
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (
_x_ Alternate I (
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
_x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
_x_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (
_x_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
_x_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
_x_ (12) (i) 52.219-6, Notice of Total Small Business Aside (
_x_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (
_x_ (26) 52.222-3, Convict Labor (
_x_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (
_x_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
_x_ (29) 52.222-26, Equal Opportunity (
_x_ (30) 52.222-35, Equal Opportunity for Veterans (
_x_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (
_x_ (32) 52.222-37, Employment Reports on Veterans (
_x_ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
_x_ (34) 52.222-54, Employment Eligibility Verification (
_x_ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
_x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).
_x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (
_x_ (48) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
_x_ (1) 52.222-41, Service Contract Act of 1965 (
_x_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_x_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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
(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.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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 (
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-26, Equal Opportunity (
(v) 52.222-35, Equal Opportunity for Veterans (
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(viii) 52.222-41, Service Contract Act of 1965, (
(ix) 52.222-50, Combating Trafficking in Persons (
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (
(xii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (
(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)
252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
(a) Definitions. As used in this clause-
"
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS "http://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm" target="_top"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" target="_top"https://www.acquisition.gov; and
(2) Be registered to use WAWF at "https://wawf.eb.mil/" target="_top"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/" target="_top"https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
COMBO Invoice
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Not Applicable
(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 ! F67100 (DFAS Limestone) !
! Issue By DoDAAC ! FA4861 !
! Admin DoDAAC ! FA4861 !
! Inspect By DoDAAC ! F3G4BA !
! Ship
! Ship From Code ! !
! Mark For Code ! !
! Service Approver (DoDAAC) ! !
! Service Acceptor (DoDAAC) ! F3G4BA !
! 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 e-mail 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.
99 MDMS/SGSM (Medial Logistics)
702-348-2921
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
252.237-7016, Delivery Tickets (
(a) The Contractor shall complete delivery tickets in the number of copies required and in the form approved by the Contracting Officer, when it receives the articles to be serviced.
(b) The Contractor shall include one copy of each delivery ticket with its invoice for payment.
(End of clause)
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 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 ombudsmen, Lt Col
(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)
52.252-2,
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):
5352.242-9000, 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, dates of birth, social security numbers, citizenship, and driver's license / state identification, 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 (additional supporting documentation is required when driver's licenses from
(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 be briefed on the requirements of AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. Compliance with the requirement of these AFIs is mandatory for access.
(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.
(End of clause)
5352.242-9001, COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (
(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria:
(1) Require logical access to
(i) the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings.
(b) Contractors and their personnel shall use the following procedures to obtain CACs:
(1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official").
(2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel.
(3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC.
(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy.
(d) During the performance period of the contract, the contractor shall:
(1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and
(4) Report lost or stolen CACs in accordance with local policy/directives.
(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.
5352.242-9001, COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (
(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria:
(1) Require logical access to
(i) the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings.
(b) Contractors and their personnel shall use the following procedures to obtain CACs:
(1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official").
(2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel.
(3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC.
(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy.
(d) During the performance period of the contract, the contractor shall:
(1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and
(4) Report lost or stolen CACs in accordance with local policy/directives.
(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.
11. Offers are due on Monday,
12. Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation.
Contract Specialist
702-652-9561
Contracting Officer
702-652-5358
Link/URL: https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G4BA4015A001/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 6736 |
Combine Solicitation – CNA Training Program – Joliet Job Corps Center
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News