CONTRACTING OFFICE ADDRESS
Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
DESCRIPTION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA8751-21-0072 is issued as a “request for quotation (RFQ).”
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210709. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as Unrestricted under NAICS code 811212 with average annual receipts of $30,000.00.
The contractor shall provide the service as described in the Performance of Work Statement (PWS)(Attachment #1) on a firm fixed price basis including the cost of shipping FOB Destination.
Anticipated Period of Performance: Date of Award to 12 March 2022 to include reinstatement from 13 March 2021.
In order to be considered for award the contractor must submit, with their quote, proof of certification for all OEM installers/technicians who must meet all APC/Schneider standards and requirements per the attached PWS.
Refer to the attached Performance of Work Statement, (PWS), for contract specific requirements (Attachment No.1)
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
DELIVERY
All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441.
CONTRACT ADMINISTRATION DATA
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at https://piee.eb.mil/) Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.
TERMS AND CONDITIONS
The clause at 52.212-4, Contract Terms and Conditions – Commercial Items applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition.
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-19, Child Labor—Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer—System For Award Management
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
This Statement is for Information Only. It is not a Wage Determination
23183 Electronics Technician Maintenance III, WG 10/2 $28.22 + $4.60 = $32.80
52.222-55, Minimum Wages Under Executive Order 13658
52.222-62, Paid Sick Leave Under Executive Order 13706
The following additional FAR and FAR Supplements clauses also apply:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048 Export-Controlled Items
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015)
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems – Representation (DEVIATION 2020-O0015)
252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Class Deviation 2020-O0005)
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.232-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Source of Electronic Parts
252.247-7023, Transportation of Supplies by Sea
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)
(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 Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(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, valid vehicle insurance certificate, and 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 with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program.
(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)
5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman:
Ms. Rosalind Harper (Primary)
Mr. Steven Ewers (Alternate)
1864 4th Street
WPAFB OH 45433
Phone: (937) 904-9700
FAX: (937) 656-7321
Requirement specific guidance is provided for the following clause:
In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code.
REPRESENTATIONS AND CERTIFICATIONS
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation
For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2)
INSTRUCTIONS
The provision at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3:00 PM Eastern Time, 16 September 2021. Submit to: AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 by email to [email protected] Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(g) Contract award. The Government intends to evaluate offers and award a contract without interchanges with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
EVALUATION
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement
(ii) price
When combined, all factors are approximately equal. The Government anticipates that award will be made to the lowest priced, technically acceptable offeror.