Carpet Removal and Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
F2MTN79197AW01

Basic Details

started - 13 Sep, 2019 (about 4 years ago)

Start Date

13 Sep, 2019 (about 4 years ago)
due - 17 Sep, 2019 (about 4 years ago)

Due Date

17 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
F2MTN79197AW01

Identifier

F2MTN79197AW01
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (709800)DEPT OF THE AIR FORCE (60523)AETC (6448)FA3300 42 CONS CC (987)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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.

 GENERAL INFORMATION The 42nd Contracting Squadron (CONS), 50 LeMay Plaza, Building 804, Maxwell Air Force Base (AFB), Alabama has a requirement to purchase items as described in this document.  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 will not be issued.   This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2MTN79197AW01).  The solicitation document and incorporated provisions and clauses are those in effect as of Federal Acquisition Circular (FAC) 2019-05 (13 Aug 2019), Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20190809 (9 Aug 2018), and Air Force Acquisition Circular (AFAC) 2018-0525 (25 May 2018).   A firm-fixed-priced (FFP) contract
will be awarded in accordance with (IAW) the following:   North American Industry Classification System (NAICS) Code:  238330 Size standard:  $15,000,000.00 Defense Priorities and Allocations System (DPAS) rating:  C9E IMPORTANT NOTES:   1.  THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY.  GENERAL SERVICES ADMINISTRATION (GSA) QUOTES MAY BE CONSIDERED. 2.  ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: The United States Government (USG) has a requirement to purchase and install approximately 1,115 square yards of carpet for Gunter Annex at Maxwell AFB, AL.  This procurement will be awarded under Simplified Acquisition Procedures (SAP).  An on-site visit will be conducted for potential offerors to assist with formulating proposed solution at Gunter Annex, Maxwell AFB, AL 36112 on 4 September 2019, 1:00 PM to 3:00 PM Central Standard Time (CST).  Email raymond.klinger@us.af.milpeggy.owens.1.ctr@us.af.mil, and brendan.crimi.ctr@us.af.mil prior to close of business 3SEP19 to coordinate access with your full name, company name, and contact information.     AMENDMENT:  All inquiries/responses to this notice must be received by 17 September 2019, 11:59 AM CST.   AMENDMENT:  All qualified proposals to this notice must be received by 17 September 2019, 11:59 AM CST.   SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item(s):    Contract line item (CLIN) 0001:  Purchase of new carpet from approved contract in accordance with the Statement of Work (SOW)Estimated Quantity:  1 Each, Lump sum (LS) or LotPeriod of Performance (PoP)/Delivery:  to be determined (TBD) - materials shall be ordered prior to 30 Sep 2019  CLIN 0002:  Labor to remove, dispose, install new carpet in accordance with the SOWEstimated Quantity:  1 Each, LS or LotPoP/Delivery:  TBD   DELIVERY INFORMATION Delivery Address:   Attention:  Mr. Ray Klinger501 East Moore Drive (Bldg 884)Maxwell AFB-Gunter Annex, AL 36114 Shipping will be Free on Board (FOB) Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein.  Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. •a.        The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation.  In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.   •b.       Breakout pricing on CLIN 0001 to the end item specifing model, part number, and manufacturer with a price summary equal to CLIN 0001 total price. Breakout pricing on CLIN 0002 to the reflect the labor mix and type to allow for application of fair and reasonableness; Davis-Bacon Act; and Service Contract Act (SCA).   •c.        Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items.   •d.       Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, commerical and government entity (CAGE) code, and Dun and Bradstreet (DUNS) number.   •e.        To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions.  To register, please visit http://www.sam.gov or by calling 1-866-606-8220.   AMENDMENT:  Responses to this notice shall be provided in writing via e-mail to Chris Ladnier at darrell.ladnier@us.af.mil and Don Crawford at donald.crawford.8@us.af.mil.  All responses shall be received no later than (NLT) 11:59 AM CST on 17 September 2019.  Email is the preferred method.  Points of Contact (POCs):  Chris Ladnier, Contracting Specialist; Phone (334) 953-3086 and Don Crawford, Contracting Officer,  Phone (334) 953-6113.   IMPORTANT NOTE:  Multiple Offerors nor Multiple Awards will be considered.  A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price.  An offer will be determined technically acceptable if the offeror:   •a)       submits a dated quote on company letterhead with unit prices and extended prices in response to this solicitation clearly demonstrating understanding of this requirement•b)       provides a statement of confirmation that the required material order date prior to 30 Sep 2019 can be met•c)       Takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions CONTRACT TERMS AND CONDITIONS: The following clauses apply by reference: 52.202-1 - Definitions (Nov 2013)52.203-5 - Covenant Against Contingent Fees (May 2014)52.203-7 - Anti-Kickback Procedures (May 2014)52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014)52.204-13 -- System for Award Management Maintenance (Oct 2018)52.211-5 -- Material Requirements (Aug 2000)52.211-17 -- Delivery of Excess Quantities (Sep 1989)52.211-18 - Variation in Estimated Quantity (Apr 1984)52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018)52.232-1 - Payments (Apr 1984)52.232-5 -- Payments under Fixed-Price Construction Contracts (May 2014)52.232-27 -- Prompt Payment for Construction Contracts (Jan 2017)52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013)52.233-3 -- Protest after Award (Aug. 1996)52.233-4 -- Applicable Law For Breach Of Contract Claim (OCT 2004)52.236-2 -- Differing Site Conditions (Apr 1984)52.236-3 -- Site Investigation and Conditions Affecting the Work (Apr 1984)52.236-5 -- Material and Workmanship (Apr 1984)52.236-6 -- Superintendence by the Contractor (Apr 1984)52.236-7 -- Permits and Responsibilities (Nov 1991)52.236-11 -- Use and Possession Prior to Completion (Apr 1984)52.236-12 -- Cleaning Up (Apr 1984)52.236-13 -- Accident Prevention (Nov 1991)52.236-14 -- Availability and Use of Utility Services (Apr 1984)52.236-17 -- Layout of Work (Apr 1984)52.236-21 -- Specifications and Drawings for Construction (Feb 1997)52.243-1 -- Changes -- Fixed Price (Aug 1987)52.243-5 -- Changes and Changed Conditions (Apr 1984)52.244-6 -- Subcontracts for Commercial Items (Aug 2019) 252.203-7000 -- Requirements Related to Compensation of Former DoD officials (SEP 2011)252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights (SEP 2013)252.204-7000 -- Disclosure of Information (OCT 2016)252.204-7003 -- Control of Government Personnel Work Product (APR 1992)252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016)252.223-7006 -- Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)252.223-7008 -- Prohibition of Hexavalent Chromium (JUN 2013)252.225-7036 -- Buy American-Free Trade Agreements--Balance of Payments Program (DEC 2017)252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)252.232-7006 -- Wide Area WorkFlow Payment Instructions (DEC 2018)252.232-7010 -- Levies on Contract Payments (DEC 2006)252.236-7000 -- Modification Proposals--Price Breakdown (DEC 1991)252.236-7001 -- Contract Drawings and Specifications (AUG 2000)252.243-7001 -- Pricing of Contract Modifications (DEC 1991)252.244-7000 -- Subcontracts for Commercial Items (JUN 2013) 252.247-7023 -- Transportation of Supplies by Sea (FEB 2019) 5352.223-9000 -- Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)5352.223-9001 - Health and Safety on Government Installations (Nov 2012)5352.242-9001 - Common Access Cards (CAC) for Contractor Personnel (Nov 2012) The following clauses apply by full text:   52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2019) 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 89(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (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 (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009)._X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved]___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C)._X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).___ (10) [Reserved]___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).___ (ii) Alternate I (Nov 2011) of 52.219-3.___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (ii) Alternate I (Jan 2011) of 52.219-4.___ (13) [Reserved]_X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).___ (ii) Alternate I (Nov 2011).___ (iii) Alternate II (Nov 2011).___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7.___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637 (d)(4)).___ (ii) Alternate I (Nov 2016) of 52.219-9.___ (iii) Alternate II (Nov 2016) of 52.219-9.___ (iv) Alternate III (Nov 2016) of 52.219-9.___ (v) Alternate IV (Aug 2018) of 52.219-9.___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f)._X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m))._X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755)._X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)._X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)._X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).___ (ii) Alternate I (Feb 1999) of 52.222-26.___ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ___ (ii) Alternate I (July 2014) of 52.222-35._X_ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).___ (ii) Alternate I (July 2014) of 52.222-36.___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496)._X_ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514___ (ii) Alternate I (Oct 2015) of 52.223-13.___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-14.___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)._X_ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-16._X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)._X_ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693)._X_ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696)._X_ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).___ (ii) Alternate I (Jan 2017) of 52.224-3.___ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).___ (ii) Alternate I (May 2014) of 52.225-3.___ (iii) Alternate II (May 2014) of 52.225-3.___ (iv) Alternate III (May 2014) of 52.225-3.___ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f))._X_ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332)._X_ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.___ (iii) Alternate II (Feb 2006) of 52.247-64. (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: ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)_X_ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.).___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C.206 and 41 U.S.C. chapter 67).___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)._X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)._X_ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). 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 the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (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 (Jan 2019) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2019) (38 U.S.C. 4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii)52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (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)  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):   http://farsite.hill.af.mil/vffara.htm(End of Clause)  52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.   (End of Clause)    NOTE 1                                REQUIRED POSTERS                                                   (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively.                http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2                                 WAWF-ELECTRONIC SUBMISSION OF INVOICE  Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS."Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil.  For information on WAWF including web-based training, visit the web-site and click on "About WAWF".  The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system.  If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988,  Option 2The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE:Contract Specialist/Administrator select only one (1) of the following: Invoice and Receiving Report (Combo)(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo).  Creating both documents at the same time, rather than separately, is recommended. Construction Invoice(Creates a Construction Payment Invoice from a contract for construction.  Both an Inspector and a Contracting Officer must review and accept).  Contract Number:  Block 2 of the SF1449 Form  (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC:  Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.                The accounts payable mailing address can be located in Block 18a of SF1449.  You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas.  Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC:   Block 9 (Issued by) of SF1449.  Contracting office that issued your contract - WAWF uses the code to route the document to the base.Admin DoDAAC:   Block 16 (Administered by) of SF1449)  Ship-To Code:  Block 15 (Deliver To) of SF1449 - This is a crucial piece of information.  It will be different for almost every contract issued.Ship-From Code:  Not a required field for Air Force contracts.Inspected by DoDAAC:   Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF.LPO DoDAAC/Ext:  Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS:  The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions.  The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor:  raymond.klinger@us.af.milContract Specialist:  darrell.ladnier@us.af.milContracting Officer:  donald.crawford.8@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) 5352.201-9101 - Ombudsman (JUN 2016) (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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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)  5352.242-9000 -- Contractor Access to Air Force Installations (NOV 2012)   •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, 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, and valid vehicle insurance certificate to obtain a vehicle pass.   •c.        During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials 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 base access requirements:  AFI 31-101, Integrated Defense; DoD 5200.2-R; and AFI 31-501, Personnel Security Program Management; as applicable.   •e.        Upon completion or termination of the service or expiration of the identification passes, the 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) The following provisions apply by reference:   52.204-7 -- System for Award Management (Oct 2018)52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2018)52.212-3 -- Offeror Representations and Certifications - Commerical Items (Oct 2018)52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Aug 2018)52.236-27 -- Site Visit (Construction) (Feb 1995)252.203-7005 -- Representation Relating to Compensation of Former DoD Officials (NOV 2011) The following provisions apply by full text:   52.225-18 - Place of Manufacture (Aug 2018) (a) Definitions. As used in this provision-"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-(1) FSC 5510, Lumber and Related Basic Wood Materials;(2) Federal Supply Group (FSG) 87, Agricultural Supplies;(3) FSG 88, Live Animals;(4) FSG 89, Food and Related Consumables;(5) FSC 9410, Crude Grades of Plant Materials;(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;(8) FSC 9610, Ores;(9) FSC 9620, Minerals, Natural and Synthetic; and(10) FSC 9630, Additive Metal Materials."Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or(2) [ ] Outside the United States. (End of provision) 52.233-2 -- Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:    42d CONSAttention:  Mr. Don Crawford50 LeMay Plaza South (Bldg 804)Maxwell AFB, AL 36112 Email:  donald.crawford.8@us.af.milPhone:  (334) 953-6113 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 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):   http://farsite.hill.af.mil/vffara.htm (End of Provision)

Maxwell AFB, Alabama 36112 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Montgomery County

You may also like

BPA FOR FURNITURE, CARPET AND CURTAIN CLEANING

Due: 31 Dec, 2024 (in 8 months)Agency: STATE, DEPARTMENT OF

BPA FOR FURNITURE, CARPET AND CURTAIN CLEANING

Due: 31 Dec, 2024 (in 8 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

238 -- Specialty Trade Contractors/238330 -- Flooring Contractors
naicsCode 238330Flooring Contractors
pscCode NINSTALLATION OF EQUIPMENT