South Carolina Bids > Bid Detail

45 TON WASHINGTON IRON WORKS PORTAL CRANE ELECTRICAL CONTROL REPLACEMENT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159219797178757
Posted Date: Apr 28, 2023
Due Date: May 29, 2023
Solicitation No: FA441823Q0003
Source: https://sam.gov/opp/da2ac3116c...
Follow
45 TON WASHINGTON IRON WORKS PORTAL CRANE ELECTRICAL CONTROL REPLACEMENT
Active
Contract Opportunity
Notice ID
FA441823Q0003
Related Notice
REQA023823
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4418 628 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 28, 2023 03:57 pm EDT
  • Original Date Offers Due: May 29, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    Goose Creek , SC 29445
    USA
Description

Combined Synopsis – Solicitation for Commercial Items (IAW FAR 12.603(c))



i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued.



ii) This solicitation/synopsis reference number is FA441823Q0003 and is being issued as a Request for Quote (RFQ).



iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, effective 16 Mar 2023.



iv) This acquisition is unrestricted utilizing Full & Open Competition. The associated NAICS code is 333923 with a 1,250-employee size standard.



v) A list of line item number(s) and items, quantities, and units of measure can be found within the associated Pricing Worksheet (Attachment No. 3). Interested Offerors shall submit a quote in reference to both, the attached Statement of Work (SoW) (Attachment No. 1) and the attached associated Pricing Worksheet (Attachment No. 3). All responsible sources may submit a quotation, which shall be considered.



vi) This requirement is to replace the existing DC crane electrical and control system on a 1969 - 45 Ton Washington Iron Works Portal Crane located at Joint Base Charleston, Goose Creek, SC. The Contractor shall replace the DC control system and components for the Luffing Hoist, Main Hoist, Auxiliary Hoist, Rotate, and Gantry Travel. The Contractor shall refurbish existing DC motors or replace as needed for the Luffing Hoist, Main Hoist, Auxiliary Hoist, Rotate and Gantry Travel. The Contractor shall repair/replace operators cab flooring to support the installation of a new control chair to control all crane operations. The Contractor shall remove all old wiring and conduit and install new wiring and ridged watertight type conduit to support newly installed control systems and control chair. The Contractor shall replace all existing interior and exterior lights with environment appropriate LED light fixtures and replace the existing wiring transformer and associated components. The Contractor shall upgrade the cab with new AC/Heater Unit, power outlets, and wiring. The Contractor shall install a minimum of two (2) cameras in the machine house and monitoring system in operator’s cab. The Contractor shall perform all replacements and repairs in accordance with all applicable requirements and recommendations in accordance with (IAW) the requirements of the Original Equipment Manufacturer (OEM), American National Safety Institute (ANSI), American Society of Mechanical Engineers (ASME) and Occupational Safety and Health Association (OSHA).



vii) FOB Destination – The place of performance is at Joint Base Charleston, Goose Creek, SC. Delivery/period of performance shall be based on contractor’s quoted delivery/performance period and established at time of award. If the contractor exceeds the established period of performance, the contractor will be responsible for renting/provided a land-based crane, barge crane, or combination of both in support of mission operations after the original contract completion date and the final completion date.



viii) The provision at FAR 52.212‐1, Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023), applies to this acquisition and is amended as follows:



(a) A pre-proposal site visit will be conducted at Joint Base Charleston - Weapons Station 2567-2575 Red Bank Road Goose Creek, SC 29445 (Parking Lot across from Wharf Alpha), at 10:00 A.M. (EST) on 10 May 2023. Site Visit Attendees will meet at the Joint Base Charleston Weapons Station Visitor Center (Parking Lot), 1650 Red Bank Rd., Goose Creek, SC 29445. All prospective offerors are required to attend the Site Visit in order to be considered eligible for award. Offerors are required to contact Taylor McDaniel, Contract Specialist, at (843) 963-4491, e-mail address taylor.mcdaniel.1@us.af.mil or Terry Harrelson, the Contracting Officer, at (843) 963-5158, e-mail address terry.harrelson.1@us.af.mil by 04 May 2023 if they plan to attend. Vendors are limited to no more than two representatives at the site visit. Special arrangements will be required to gain access to the installation. Offerors are cautioned that Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver’s license (REAL ID), social security card, vehicle registration, and proof of insurance).



(b) Quotes must be complete, self‐sufficient, and respond directly to the requirements of this solicitation. Pricing shall be submitted utilizing the Pricing Worksheet Attachment No. 3.



(c) The response shall consist of two (2) separate parts: Part I – Pricing Worksheet; Part II Technical, and Part III – Past Performance Information.



(d) Only references for same or similar type contracts are desired. Offerors are to provide a list of no more than three (3), of the most relevant contracts performed for Federal agencies and commercial customers within the last five (5) years. Relevant contracts are considered crane electrical repairs/upgrades that are similar in nature to the electrical repair/upgrades listed within para v.



(e) Offerors must submit a current Occupational Safety and Health Administration Maritime Certification.



ix) FAR 52.212‐2, Evaluation ‐ Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and is amended as follows:



(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.



(b) The following factors shall be used to evaluate offers in the following relative order of importance:






    1. Price

    2. Technical Capability and

    3. Past Performance





Technical Capability and Past Performance, when combined, are considered significantly more important than Price.



(c) Price The Government will begin evaluating offers by adding the total price of CLIN’s (Pricing Worksheet Attachment No. 3) for the basic requirement to determine the total quoted price for each offer. Offerors will then be arranged according to price, from lowest priced offer to the highest priced offer.



(d) Technical Capability Following the price evaluation, the Government will then evaluate offers based on Technical Acceptability. Technical Acceptability will be evaluated on a pass/fail basis: To be considered acceptable offerors must demonstrate that they or one of their employees hold a current Occupational Safety and Health Administration Maritime Certification.



(e) Past Performance Of the offers having received a technical rating of pass, the Government will begin evaluating Past Performance starting with the lowest priced technically acceptable offer. Evaluation of the offerors past performance is subjective and will result in a rating of (See table below) Substantial, Satisfactory, Neutral, Limited, or No Confidence. Offerors who do not have recent and relevant past performance relating to this requirement will receive a rating of Neutral Confidence.



Rating



Description



Substantial Confidence - Based on the offeror’s recent/relevant performance record, the Government has a high expectation the offeror will successfully perform the requirement.



Satisfactory Confidence - Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation the offeror will successfully perform the requirement.



Neutral Confidence - No recent/relevant performance record is available, or the offeror’s performance record is so sparse, no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.



Limited Confidence - Based on the offeror’s recent/relevant performance record, the Government has a low expectation the offeror will successfully perform the requirement.



No Confidence -Based on the offeror’s recent/relevant performance record, the Government has no expectation the offeror will successfully perform the requirement.



The Government will evaluate past performance for recency and relevancy. Recency is defined as performance of similar services within the past five (5) years from the issue date of the solicitation. Relevancy is defined as services of the same level of effort and magnitude such as 45 Ton Washington Iron Works portal crane electrical repairs/upgrades performed and similar dollar value, types of repairs/upgrades performed, and evidence supporting the ability to perform engineering services.



If the lowest priced offer, having passed the technical evaluation receives a Substantial Performance Confidence Rating, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers. In the event the lowest priced offeror, having passed the technical evaluation does not receive a Substantial Performance Confidence Rating, the evaluation process will continue with the next lowest priced offeror until an offeror receives a Substantial Performance Confidence Rating or all offers are evaluated. In the event an offeror other than then lowest priced offeror having passed the technical evaluation receives a Substantial Performance Confidence Rating, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee. The Government reserves the right to award to a Substantial Performance Confidence Rated offeror and reserves the right to award to other than the lowest priced offeror.



The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors.



x) All offerors shall include a completed copy of FAR 52.212‐3, Offeror Representations and Certifications ‐- Commercial Products and Commercial Services (Dec 2022) or complete electronic annual representations and certifications at http://www.sam.gov.



xi) The clause at 52.212‐4 Contract Terms and Conditions —Commercial Products and Commercial Services (Dec 2022), applies to this acquisition and is amended as follows: None.



xii) FAR 52.212‐5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders— Commercial Products and Commercial Services (Mar 2023), applies to this acquisition. The following additional FAR clauses cited within the clause are applicable to this acquisition:



(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 products and commercial services:



(1) 52.203‐6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 2402).



(4) 52.204‐10, Reporting Executive Compensation and First‐Tier Subcontract Awards (Jun 2020) (Pub. L. 109‐282) (31 U.S.C. 6101 note).



(8) 52.209‐6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (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).



(12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).



(16) 52.219‐8, Utilization of Small Business Concerns (Oct 2022) (15 U.S.C. 637(d)(2) and (3)).



(17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2022) (15 U.S.C. 637(d)(4)).



(20) 52.219-16, Liquidated Damages-Subcontracting Plan (Sep 2021) (15 U.S.C. 637(d)(4)(F)(i)).



(27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



(28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).



(29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



(31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).



(32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).



(33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).



(34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



(35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).



(42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42 U.S.C. 8259b).



(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



(48) (i) 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).



(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



(56) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).



(57) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).



(58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).



(62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).



(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 products and commercial services:



(1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67).



(2) 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) 52.222-44, 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).



(7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



xiii) The following additional clauses are applicable to this procurement (Full‐text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov):



52.204‐7, System for Award Management (Oct 2018).



52.204-13, System for Award Management Maintenance (Oct 2018).



52.204‐16, Commercial and Government Entity Code Reporting (Aug 2020).



52.204‐18, Commercial and Government Entity Code Maintenance (Aug 2020).



52.223-5, Pollution Prevention and Right-to-Know Information (May 2011).



52.232‐40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023).



52.237-1, Site Visit (Apr 1984).



52.237‐2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984).



252.203‐7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011).



252.203‐7002, Requirement to Inform Employees of Whistleblower Rights (Dec 2022).



252.203‐7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022).



252.204‐7006, Billing Instructions (Oct 2005).



252.204‐7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016).



252.204‐7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023). 252.204‐7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023).



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021).



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023).



252.223‐7008, Prohibition of Hexavalent Chromium (Jan 2023).



252.225‐7001, Buy American and Balance of Payments Program (Jan 2023). 252.225‐7002, Qualifying Country Sources as Subcontractors (Mar 2022).



252.225-7052, Restrictions on the Acquisition of Certain Magnets, Tantalum and Tungsten (Jan 2023).



252.225-7055, Representation Regarding Business Operations with Maduro Regime (May 2022).



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023).



252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023).



252.226-7001, Utilization of Indian Organizations, Indian-Owned, Economic Enterprises, and Native Hawaiian Small Business Concerns (Jan 2023).



252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018).



252.232‐7010, Levies on Contract Payments (Dec 2006).



252.243‐7002, Requests for Equitable Adjustment (Dec 2022). 252.244‐7000, Subcontracts for Commercial Items (Jan 2023).



252.244-7001, Contractor Purchasing System Administration Alternate 1 (May 2014).



252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System (Jan 2023).



252.246-7008, Sources of Electronic Parts (Jan 2023).



252.247-7023, Transportation of Supplies by Sea (Jan 2023).



52.204‐22, Alternative Line Item Proposal (Jan 2017).



(a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror’s practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror.



(b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable.



(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 at paragraph (d)(1) of 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 paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.



(a) Definitions. As used in this provision—



Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



(b) Prohibition. (1) 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. Nothing in the prohibition shall be construed to—



(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or



(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.



(2) Section 889(a)(1)(B) 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, 2020, from entering into a contract or extending or renewing a contract with an entity that uses 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. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—



(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or



(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot 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—



(1) 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. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and



(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—



It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.



(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:



(i) For covered equipment—



(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);



(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.



(ii) For covered services—



(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or



(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.



(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:



(i) For covered equipment—



(A) 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);



(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(ii) For covered services—



(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or



(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(End of provision)



52.209-7, Information Regarding Responsibility Matters (Oct 2018).



(a) Definitions. As used in this provision—



Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.



Federal contracts and grants with total value greater than $10,000,000 means—



(1) The total value of all current, active contracts and grants, including all priced options; and



(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).



Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).



(b) The offeror □ has □ does not have current active Federal contracts and grants with total value greater than $10,000,000.



(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:



(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:



(i) In a criminal proceeding, a conviction.



(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.



(iii) In an administrative proceeding, a finding of fault and liability that results in–



(A) The payment of a monetary fine or penalty of $5,000 or more; or



(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.



(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.



(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.



(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7).



(End of provision)



52.211-11, Liquidated Damages–Supplies, Services, or Research and Development (Sep 2000)



(a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $166.55 per calendar day of delay plus the amount to rent a land-based crane, barge crane, or combination of both in support mission operations scheduled after the contract completion date.



(b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.



(c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract.



(End of clause)



52.222‐42, Statement of Equivalent Rates for Federal Hires (May 2014)



In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.



This Statement is for Information Only: It is not a Wage Determination.



Employee Class Monetary Wage‐Fringe Benefits



05010 Automotive Electrician WG‐9 $24.69 + 46.6% Fringes



23160 Electrician, Maintenance WG-10 $26.03 + 46.6% Fringes





252.211-7003, Item 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 https://www.acq.osd.mil/asda/dpc/ce/ds/unique-id.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 https://www.acq.osd.mil/asda/dpc/ce/ds/unique-id.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, or



Exhibit Line Item Number Item Description



___________________________________________________________________



___________________________________________________________________



___________________________________________________________________



(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, or



Exhibit Line Item Number Item Description



___________________________________________________________________



___________________________________________________________________



___________________________________________________________________



(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 repairable and DoD serially managed nonrepairable 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 item identifier 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 products or commercial services.



(End of clause)



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.



“Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.



(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:



(1) Document type. The Contractor shall submit payment requests using the following document type(s):



(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.



(ii) For fixed price line items—



(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.



Invoice and Receiving Report (COMBO).



(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.



N/A



(iii) For customary progress payments based on costs incurred, submit a progress payment request.



(iv) For performance based payments, submit a performance based payment request.



(v) For commercial item financing, submit a commercial item financing request.



(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.



[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]



(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



Issue By DoDAAC



Admin DoDAAC**



Inspect By DoDAAC



Ship To Code



Ship From Code



Mark For Code



Service Approver (DoDAAC)



Service Acceptor (DoDAAC)



Accept at Other DoDAAC



LPO DoDAAC



DCAA Auditor DoDAAC



Other DoDAAC(s)



(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.



(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.



(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.



_________________________________________________________________



(2) Contact the WAWF helpdesk at 866-618-5988 if assistance is needed.



(End of clause)



5352.201‐9101, OMBUDSMAN (Oct 2019).



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.



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).



If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225‐5022, 618‐229‐ 0267, fax 618‐256‐5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, 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.



The ombudsman has no authority to render a decision that binds the agency.



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)



5352.223‐9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019).



(a) Contractors shall not:



(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or



(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.



(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:



(1) Halons: 1011, 1202, 1211, 1301, and 2402;



(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and



(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.



(End of clause)



5352.223‐9001, Health and Safety on Government Installations (Oct 2019).



(a) In performing work under this contract on a Government installation, the contractor shall:



(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and



(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.



(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.



(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.



(End of clause)



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, and a valid vehicle insurance certificate to obtain a vehicle pass.



(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.



(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31‐101, Integrated Defense, and 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)



viv) Defense Priorities and Allocation System: N/A



xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 May 2023 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA441822Q0003. Please send responses to both email addresses below.



xvi) Address questions to Taylor McDaniel, Contract Specialist, at (843) 963‐4491, email taylor.mcdaniel.1@us.af.mil or Terry Harrelson, Contracting Officer, at (843) 963‐5158, email terry.harrelson.1@us.af.mil.



For more opportunities, visit https://www.airforcesmallbiz.af.mil/ (see Contract Opportunities in the top-middle of the browser page). Direct link: https://www.airforcesmallbiz.af.mil/Small-Business/Business-Opportunites/. Also see http://www.sba.gov.



Attachments:



1 – Big Blue Electrical Repair SoW - 18 May 2022



2 – Wage Determination 2015-4427 Rev 23 - 27 Dec 2022



3 – FA441823Q0003 Pricing Worksheet


Attachments/Links
Contact Information
Contracting Office Address
  • CP 843 963 5155 101 E HILL BLVD
  • JOINT BASE CHARLESTON , SC 29404-5021
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >