South Carolina Bids > Bid Detail

Joint Base Charleston USPS Parcel Lockers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159273396711154
Posted Date: Sep 15, 2023
Due Date: Sep 22, 2023
Solicitation No: FA441823Q0029
Source: https://sam.gov/opp/2c74541826...
Follow
Joint Base Charleston USPS Parcel Lockers
Active
Contract Opportunity
Notice ID
FA441823Q0029
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR MOBILITY COMMAND
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: Sep 15, 2023 05:00 pm EDT
  • Original Date Offers Due: Sep 22, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7125 - CABINETS, LOCKERS, BINS, AND SHELVING
  • NAICS Code:
    • 337215 - Showcase, Partition, Shelving, and Locker Manufacturing
  • Place of Performance:
    Charleston AFB , SC 29404
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 and FAR Part 13 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. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.





(ii) FA441823Q0029 is issued as a request for quotation (RFQ).





(iii) This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 dated 8 Aug 2023, and DFARS Change 08/17/2023. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.





(iv) This acquisition is an 100% Small Business Set-Aside. The associated NAICS code is 337215 – Showcase, Partition, Shelving, and Locker Manufacturing with a size standard of 500 employees. FAR 52.219-33, Non-Manufacturer Rule applies to this acquisition.





(v) A list of line-item numbers and items, quantities and units of measure is provided in the RFQ Price Sheet Attachment 1 – FA441823Q0029 RFQ Price Sheet and the Brand Name Justification is provided in Attachment 2 – FA441823Q0029 USPS Parcel Lockers Brand Name J&A_Redacted.





(vi) The contractor shall submit a quote for the delivery of Salsbury Industries Brand-Name USPS Parcel Lockers needed to support JB CHS. There will be a total of twelve (12) 3815D-CAFU Surface mount 4C custom horizontal 10-PL3 ALM-FL-USPS, and six (6) 3811D-4PAFU surface mount 4C unit (3711D4P/3811D) double column parcel lockers-2PL5/2 PL6-aluminium lockers. The 628th Civil Engineer Squadron (CES) will provide all necessary personnel, supervision, management, tools, and equipment for installation of the lockers.





(vii) The contractor shall state the Delivery/Period of Performance information and provide all items identified in the attached RFQ Price Sheet (Attch 1) which includes a list of the required items on a firm fixed price basis including the cost of shipping FOB Destination. Please see Attachment 1 for specific requirement information. The government intends to issue one award as a result of this solicitation.





(viii) FAR 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition with the following Addenda:






  1. Price. Offerors shall submit the final total proposed price on Attachment 1 – FA441823Q0004 RFQ Price Sheet.






  1. A Firm Fixed Priced Delivery Order is anticipated.






  1. Technical. Offerors must confirm they are providing the specified Brand Name make and model identified in the RFQ for each line item under Attachment 1 – RFQ Price Sheet.






  1. Offerors must submit responses to this RFQ electronically by email to Contract Specialists, Lt Kate Wade at laura.wade.2@us.af.mil and Tatyana Verenich at tatyana.verenich@us.af.mil by 2:00 PM EST, Friday, 22 Sep 2023.







(ix) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda:






  1. 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.






  1. The following factors shall be used to evaluate offers in the following relative order of importance:






  1. Price. The Government will evaluate the total price of the quote for award purposes.

  2. Technical capability of the item offered to meet the Government requirement.

  3. The Government will award the contract to the lowest priced technically acceptable offer.






  1. Price – First, the Government will rank all quotes according to price, from lowest priced offer to the highest priced offer. Pricing will be evaluated based on the Total Evaluated Price (TEP) as quoted for each line item from the RFQ Price Sheet (Attch 1). Pricing will be evaluated in accordance with FAR 13.106-3 to determine fair and reasonable pricing.






  1. Technical Capability – Next, the Government will evaluate each quote on an Acceptable/Unacceptable basis. A rating of Acceptable/Unacceptable will be assigned in accordance with Table 1.0 below. Any quoted line item evaluated as “Unacceptable” will render the quote unacceptable and ineligible for award. Only those quotes determined to be technically acceptable, either initially or as a result of interchanges will be considered for award.











Table 1.0 – Technical Ratings



Rating



Description



Acceptable





Submitted quote provided the specified Salsbury Industries Brand Name make and model identified in the RFQ for each line item under Attachment 1 – RFQ Price Sheet.



Unacceptable



The submitted quote did not provide the specified Salsbury Industries Brand Name make and model identified in the RFQ for each line item under Attachment 1 – RFQ Price Sheet.






  1. The offeror quoting the lowest price having received a rating of “Acceptable” represents the best value to the Government and will be the intended awardee. If the lowest priced offeror receives a rating of “Acceptable”, that offeror represents the best value to the Government and the evaluation will end at that point. If the lowest priced offeror does not receive a rating of “Acceptable” the evaluation will then begin with the next lowest priced offeror and continue until an offeror is found to be technically “Acceptable”.






  1. Offerors are cautioned to submit sufficient information in the format specified in 52.212-1 – Instructions to Offerors to permit a meaningful assessment of the offerors quote. Offerors may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revision.






  1. The Government reserves the right to conduct interchanges with one, some, all, or none of the responding vendors. Interchanges may be conducted either orally or in writing. The scope and extent of interchanges are a matter of the Contracting Officer’s judgement. Offerors may be restricted to a short turn-around (less than 24 hours) in responding to interchanges.






  1. If interchanges are conducted, final proposal revisions will be required in determining the award of the contract resulting from this solicitation. However, the government reserves the right to award a contract without interchanges or opportunity for quote revisions, in which case, final quote revision will not be required.





(x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov .





(xi) The clause at FAR 52.212-4, Contract Terms and Condition—Commercial



Items, applies to this acquisition.





(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition.





The offeror shall comply with the FAR clauses identified at paragraph (b) of the clause as indicated by the Contracting officer by inclusion in the list below: (must list the applicable clauses) example:





(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021)



(2) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021)



(8) 52.204-7, Prohibition on a ByteDance Covered Application (JUN 2023)



(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)



(15) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)



(16) 52.219-8, Utilization of Small Business Concerns (Oct 2022)



(27) 52.219-33, Nonmanufacturer Rule (Sep 2021)



(28) 52.222-3, Convict Labor (Jun 2003)



(29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022)



(30) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)



(31) 52.222-26, Equal Opportunity (Sep 2016)



(32) 52.222-35, Equal Opportunity for Veterans (Jun 2020)



(33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)



(35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)



(36) 52.222-50, Combating Trafficking in Persons (Nov 2021)



(45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



(51) 52.225-5, Trade Agreements, (Dec 2022)



(59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)





The offeror shall comply with the FAR clauses identified at paragraph (c) of the clause as indicated by the Contracting officer by inclusion in the list below:





(9) 52.226-6, Promoting Excess Food Donations to Nonprofit Organizations (Jun 2020)





(xiii) The following contract requirements or terms and conditions as determined by the Contracting Officer apply to this acquisition:





FAR Clauses Incorporated by Reference



Number Title Effective



52.204-13 System for Award Management Maintenance. Oct 2018



52.204-18 Commercial and Government Entity Code Maintenance. Aug 2020



52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. Nov 2021



52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. Dec 2022



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





DFARS Clauses Incorporated by Reference



Number Title



252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep



2022



252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan



2023



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications



Equipment or Services. Jan 2023



252.204-7024 Notice on the Use of the Supplier Performance Risk System. Mar 2023



252.206-7000 Domestic Source Restriction. Dec 2022



252.223-7008 Prohibition of Hexavalent Chromium. Jan 2023



252.225-7055 Prohibition Regarding Business Operations with the Maduro Regime. May



2022



252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur



Autonomous Region-Representation. Jun 2023



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Dec



2018



252.232-7010 Levies on Contract Payments. Dec 2006



252.244-7000 Subcontracts for Commercial Items. Jan 2023



252.247-7023 Transportation of Supplies by Sea. Jan 2023





Clauses included by full text:





FAR Clause Incorporated by Full Text





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)





DFARS Clauses Incorporated by Full Text





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 reparables and DoD serially managed nonreparables as specified in Attachment Number ____.



(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____.



(v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability.



(2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.



(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology – International symbology specification – Data matrix; ECC200 data matrix specification.



(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that—



(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:



(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology – EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.



(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology – EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.



(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and



(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology – Transfer Syntax for High Capacity Automatic Data Capture Media.



(5) Unique item identifier.



(i) The Contractor shall—



(A) Determine whether to—



(1) Serialize within the enterprise identifier;



(2) Serialize within the part, lot, or batch number; or



(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and



(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version;



(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and



(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version.



(ii) The issuing agency code—



(A) Shall not be placed on the item; and



(B) Shall be derived from the data qualifier for the enterprise identifier.



(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information:



(1) Unique item identifier.



(2) Unique item identifier type.



(3) Issuing agency code (if concatenated unique item identifier is used).



(4) Enterprise identifier (if concatenated unique item identifier is used).



(5) Original part number (if there is serialization within the original part number).



(6) Lot or batch number (if there is serialization within the lot or batch number).



(7) Current part number (optional and only if not the same as the original part number).



(8) Current part number effective date (optional and only if current part number is used).



(9) Serial number (if concatenated unique item identifier is used).



(10) Government’s unit acquisition cost.



(11) Unit of measure.



(12) Type designation of the item as specified in the contract schedule, if any.



(13) Whether the item is an item of Special Tooling or Special Test Equipment.



(14) Whether the item is covered by a warranty.



(e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:



(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part.



(2) Unique item identifier of the embedded subassembly, component, or part.



(3) Unique item identifier type.**



(4) Issuing agency code (if concatenated unique 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. Dec 2018





(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.



(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.





(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.





(f) [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.



POC: SSgt Andrew Choe; email: andrew.choe@us.af.mil and Resource Advisor (RA): LaWanda Williams; email: lawanda.williams@us.af.mil





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





(End of clause)







The following additional clauses are applicable to this procurement:





AFFARS 5352.201-9101 Ombudsman (OCT 2019)





(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the 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.



(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)





(xiv) This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.





(xv) Quote in response to this acquisition is due no later than 2:00 PM EST, 22 Sep 2023.





(xvi) Offerors may contact Lt Wade, Contract Specialist at laura.wade.2@us.af.mil or Tatyana Verenich, Contract Specialist, at tatyana.verenich@us.af.mil for information regarding this solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 843 963 5155 101 E HILL BLVD
  • JOINT BASE CHARLESTON , SC 29404-5021
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 15, 2023 05:00 pm EDTCombined Synopsis/Solicitation (Original)

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 >