Sunshade Playground Repair

expired opportunity(Expired)
From: Federal Government(Federal)
FA557524Q1002

Basic Details

started - 19 Mar, 2024 (1 month ago)

Start Date

19 Mar, 2024 (1 month ago)
due - 31 Mar, 2024 (28 days ago)

Due Date

31 Mar, 2024 (28 days ago)
Bid Notification

Type

Bid Notification
FA557524Q1002

Identifier

FA557524Q1002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE AIR FORCE (60450)U (679655)S (1070863)AIR FORCES IN EUROPE (199)FA5575 496 ABS PK (80)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR QUOTATIONSunshade Playground Repair From: 496 ABS/PK To: All Qualified Interested PartiesBldg.106 Your Company Name: ­­­­_________________ Moron Air Base, Spain 09643POC: SSgt Keif A. Gardner E-mail: keif.gardner@us.af.mil TEL: (314)722-8717Contracting Officer: TSgt Augustus Y. ShinnE-mail: augustus.shinn@us.af.milTEL: (314) 722-8481Notice to Offeror(s)/Supplier(s):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.All quotes must be valid for 60 days after submission.Response Date: 31 March 2024 @ 1:00 PM UTC(+0100) MADRID,SPAINSubmit written offers only, oral offers will not be accepted. Please respond to this RFQ by providing the following information in this document.The
North American Industry Classification System (NAICS) code for this project is 313310 . The Product Service Code (PSC) is 8305. The Size Standard for this NAICS is 1000 employees. Evaluation of commercial items in accordance with FAR 52.212-2 will be utilized using lowest price technically acceptable. *This acquisition is solicited as restricted to companies that can comply with Spanish agreement. Agreement of Defense Cooperation Chapter IV Annex 6 Article 1.The contractor shall provide all labor, equipment, materials, tools, parts, shipping, installation and all other items necessary todeliver the following items:See Attachment 1.Rough Cost Estimated CLIN price(s) shall include all delivery costs to: Moron Air Base, Spain (exact location provided at award)Offeror must have active SAM registration at time of award.Offeror shall quote on all items in order to be considered for award.Delivery Schedule: FOB Destination.Offerors quotes shall clearly identify products that are submitted as “equal items”.Product information (i.e. literature, manufactures websites, etc..., shall be submitted for all equivalent items.Award shall be based on All or None, Technically Acceptable item, to the Government.It is the responsibility of each contractor to ensure that their respective quote has been received by the Government POC’s identified above.The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: PROVISIONS INCORPORATED BY REFERENCECLAUSES INCORPORATED BY REFERENCE52.204–27 Prohibition on a ByteDance Covered Application (JUN 2023)52.204-25 –Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)252.203-7000 –Requirements Relating to Compensation for Former DoD Officials (SEP 2011)252.203-7002 –Requirement to Inform Employees of Whistleblower Rights (DEC 2022)252.204-7003 –Control of Government Personnel Work Product (APR 1992)252.204-7012 –Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)252.223-7008 –Prohibition of Hexavalent Chromium (JAN 2023)252.225-7001 –Buy American And Balance Of Payments Program (FEB 2024)252.225-7002 –Qualifying Country Sources As Subcontractors (MAR 2022)252.225-7048 –Export-Controlled Items (JUN 2013)252.232-7003 –Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)252.232-7010 –Levies on Contract Payments (DEC 2006)252.243-7001 –Pricing of Contract Modifications (DEC 1991)252.244-7000 –Subcontracts for Commercial Products and Commercial Services (Nov 2023)252.247-7023 –Transportation of Supplies by Sea (JAN 2023)PROVISIONS INCORPORATED BY FULL TEXT52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023)Addendum to 52.212-1 – Instructions to Offerors – Commercial Items (Jun 2020)Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of their dated offer via e-mail to: Keif.gardner@us.af.mil and augustus.shinn@us.af.mil with the solicitation number in the subject block, by 31 MAR 2024 @ 1:00 PM UTC(+0100 MADRID,SPAIN). Submit a dated Offer Schedule marked with solicitation number FA557524Q1002. Facsimile proposals will not be accepted. In addition to the items required by 52.212-1(b), the offeror shall complete the Vendors Information and Vendors Offer Information at the end of this Combined Synopsis/Solicitation. This information shall be submitted with the offer.Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f).All questions regarding this solicitation must be emailed to Keif.gardner@us.af.mil and augustus.shinn@us.af.mil by 31 MAR 2024 @ 1:00 PM UTC(+0100 Madrid Spain).Offerors shall complete the Vendor’s Offer Information and Vendor Information tables at the end of this Combined Synopsis Solicitation and submit with offer by the established due date and timeOfferors shall provide a representation regarding use of telecommunications equipment or services by completing FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, and submit with offer by the established due date and time.(End of provision)FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services (Nov 2021)Addendum to 52.212-2 – Evaluation – Commercial Items (Oct 2014)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical acceptability of the item offered to meet the Government requirement and (ii) Price.(i) Technical Acceptability will be determined based on the product information provided by the offeror. Items requested shall be the specific brand name provided. Offers will be determined technically acceptable if items quoted are the specific brand name required. Please reference attached brand name justification.(ii) PriceThe Government intends to award a delivery order to the responsible contractor quoting all items listed, that provides the lowest overall price.Not all offers will be evaluated for technical acceptability. The lowest price offeror will be evaluated, if the lowest price offer is technically acceptable, no other offers will be evaluated. If the lowest price offer is not technically acceptable, the next lowest price offer will be evaluated. This process will occur until an offer is found to be technically acceptable. Once an offer is found to be technically acceptable, the other higher priced offers will not be evaluated.(End of provision)52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)The Offeror shall not complete the representation in this provision if the Offeror has represented that it “does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.(a) Definitions. As used in this provision—“Covered telecommunications equipment or services”, “critical technology”, and “substantial or essential component” have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing— (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.(d) Representation. The Offeror represents that it □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it “will” provide covered telecommunications equipment or services”, the Offeror shall provide the following information as part of the offer—(1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).(End of provision)FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998)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): https://www.acquisition.gov/(End of Provision)CLAUSES INCORPORATED BY FULL TEXT252.211-7003 Item Unique Identification and ValuationITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)(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, orExhibit Line Item Number Item Description________N/A_______________________________________________________ (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, orExhibit Line Item Number Item Description________N/A_______________________________________________________ (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 itemidentifier 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)52.232-18 Availability of Funds(Apr 1984)Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.(End of clause)DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023)(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.(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.(c) WAWF access. To access WAWF, the Contractor shall—(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:(1) Document type. The Contractor shall use the following document type(s). Combo(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.Provided at Award(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 WAWFData to be entered in WAWF Pay Official DoDAAC Provided at AwardIssue By DoDAAC FA5575Admin DoDAAC FA5575Inspect By DoDAAC Ship To Code Provided at AwardShip From Code Mark For Code Service Approver (DoDAAC) Provided at AwardService Acceptor (DoDAAC) Provided at AwardAccept 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. Provided at Award(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.N/A(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.(End of clause)FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998)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): https://www.acquisition.gov/(End of clause)DAFFARS 5352.201-9101 OMBUDSMAN (Oct 2019) (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 ombudsman, Mr. Joseph F. LydenAFICC/KU, UNIT 3103, APO, AE 09094-3103AFICC/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, GermanyE-mail: joseph.lyden@us.af.milTel: DSN: (314)480-2209 Fax: (49)-6371-47-2025Alternate:Ms. Heidi HoehnAFICC/KU, UNIT 3103, APO, AE 09094-3103AFICC/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, GermanyE-mail: heidi.hoehn.de@us.af.milTel: Comm: (49)-6371-47-9330 DSN: (314)480-9330 Fax: (49)-6371-47-2025.Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(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)NOTICE TO OFFERORS Please fill out all requested information. If incomplete, you may be excluded from competition.To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD System for Award Management (SAM) located at the following website: https://www.sam.gov/In accordance with FAR 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.VENDOR’S QUOTE INFORMATIONPaymentTermsEstimatedDeliveryDateQuoteExpirationDATEWARRANTYQuoted BYVENDOR INFORMATIONORDERING ADDRESSPoint of ContactPHONE NUMBERFAX NUMBERE-MAIL ADDRESSREMIT TO ADDRESSCAGE CODETAX ID NUMBERDUNS NUMBERSIZE OF BUSINESSWEB ADDRESSQUOTE DATEPlease see attached Documents:Attachment 1.Rough Cost EstimatedAttachment 2. PWS

PSC 62   UNIT 6585  APO , AE 09643-6585  USALocation

Place Of Performance : N/A

Country : SpainState : AndalusiaCity : Moron Air Base

Office Address : PSC 62 UNIT 6585 APO , AE 09643-6585 USA

Country : United StatesState : AECity : APO

You may also like

X156-122M: Eastchester Playground Reconstruction

Due: 03 May, 2024 (in 4 days)Agency: DEPARTMENT OF PARKS AND RECREATION

Mama Fitz and Parkhill Playground Improvements

Due: 02 May, 2024 (in 3 days)Agency: City of Fitchburg

Destination Playground Site Preparation

Due: 09 May, 2024 (in 10 days)Agency: City Of Wadsworth

Classification

naicsCode 313310Textile and Fabric Finishing Mills
pscCode 8305Textile Fabrics