Nevada Bids > Bid Detail

Dental Clinic Water Sanitization, Sampling, Testing

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159604572400083
Posted Date: Aug 7, 2023
Due Date: Aug 15, 2023
Solicitation No: F3G4BA3191AW01
Source: https://sam.gov/opp/cc7fd1363f...
Follow
Dental Clinic Water Sanitization, Sampling, Testing
Active
Contract Opportunity
Notice ID
F3G4BA3191AW01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4861 99 CONS LGC
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Aug 07, 2023 09:51 am PDT
  • Original Published Date: Jul 18, 2023 08:35 am PDT
  • Updated Date Offers Due: Aug 15, 2023 10:00 am PDT
  • Original Date Offers Due: Aug 08, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 15, 2023
  • Original Inactive Date: Aug 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description View Changes

This is a combined synopsis/solicitation for commercial items prepared in

accordance with the format in FAR Subpart 12.6, as supplemented with additional

information included in this notice. This announcement constitutes the only

solicitation; proposals are being requested and a written solicitation will not be

issued.

1. The solicitation number is F3G4BA3191AW01. This solicitation is issued as a Request

for Proposal (RFP). A Firm Fixed Price type contract will be awarded.

2. The incorporated provisions and clauses are those in effect through Federal

Acquisition Circular 2023-02, effective 16 March 2023

3. This combined synopsis/solicitation is being issued as Small Business set-aside, and

the associated NAICS code is 325998 - All Other Miscellaneous

Chemical Product and Preparation Manufacturing. Small Business Size Standard 650

Employees.

4. The Contractor shall furnish all personnel, labor, equipment, tools, materials, and

supervision, along with supplying all other necessary items to perform sanitization,

sample collection, and testing of the waterline units in the Dental Clinic’s Instrument

Processing Center at the Mike O’Callaghan Federal Medical Center (MOFMC) in

accordance with AAMI TIR34 guidelines.located at Nellis Air Force Base, Nevada

89191.

PLEASE SEE “ATTACHMENT 1 – SOW – “Sanitization, Sample Collection, and

Testing of Dental Waterline Service Contract” FOR MORE INFORMATION.

5. Period of Performance: 1 September 2023 - 31 August 2024

Location: Nellis AFB, NV

FOB Point: Destination

6. QUESTIONS AND ANSWERS. All questions must be submitted via email to SSG

Alexander Love-Gaunt at alexander.love_gaunt@us.af.mil and Cha-on Gordon at chaon.

gordon@us.af.mil.. The deadline for submitting questions is Tuesday 25 July 2023 at

10:00 am PST. Questions submitted after the aforementioned cutoff date will not be

reviewed or answered. Answers will be provided by Tuesday 1 August 2023 at 10:00

am PST. Offers are due no later than Tuesday, 15 August 2023 at 10:00am PST.

Only offers submitted electronically via email will be considered for this requirement.

Submit offers to SSG Alexander Love-Gaunt at alexander.love_gaunt@us.af.mil and

Cha-on Gordon at cha-on.gordon@us.af.mil. Please include the solicitation number,

F3G4BA3191AW01, in the Subject Line of the email to ensure prompt receipt of your

proposal. To ensure your quote along with any and all attachments are received,

attachment(s) must be less than 10 MB [in total]. It is the responsibility of the

offeror to contact the government to confirm receipt of the quote prior to the offer

due date and time.

7. The following provisions are incorporated by reference.

FAR 52.212-1, Instructions to Offerors – Commercial

FAR 52.212-4, Contract Terms and Conditions -- Commercial Item

FAR 52.247-34, FOB Destination

DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

8. The following provisions are incorporated by full-text.

52.212-1, Instructions to Offerors – Commercial, Addendum, applies to this

acquisition.

(1) FAR 52.212-1, paragraph (b)(8), is changed to read:

(8) Offerors must include a completed copy of the provision at 52.212-3, Offeror

Representations and Certifications -- Commercial Items, with its offer.

(2) FAR 52.212-1, paragraph (c), is changed to read:

(c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for

90 calendar days from the date specified for receipt of offers.

(3) To be considered for this requirement, the offer must submit a complete Price Sheet.

Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit

price, the extended price and a total price for all CLINs. Please ensure that all prices,

extended prices and total prices are checked and verified for accuracy. DO NOT go two

(2) digits beyond the decimal point.

The Government has a right to retrieve past performance information through the

Government’s past performance databases, Federal Awardee Performance Integrity

Information System (FAPIIS) and Past Performance Information Retrieval System

(PPIRS). Any active exclusions will deem the contractor non-responsible, therefore,

the offeror will not be eligible for contract award.

An offeror determined to have an unsatisfactory performance record will be determined

non-responsible, therefore, the offeror will not be eligible for contract award.

In the case of an offeror without a record of relevant past performance or for whom

information on past performance is not available, the offeror will not be evaluated

favorably or unfavorably on past performance.

52.212-2, Evaluation – Commercial Items (NOV 2021)

(a) The Government will award a contract resulting from this solicitation to the

responsible offeror whose offer conforming to the solicitation will be most advantageous

to the Government, price and other factors considered. The following factors shall be

used to evaluate offers:

Factor 1 – Price

Factor 2 – Technical

All proposals will be graded by (1) Price, in order of their price rankings, lowest to

highest (2) Technical based on an Acceptable or Unacceptable rating; Evaluations will

cease once (1) lowest priced selected and along with (2) acceptable technical evaluation.

Factor 1 – Price. The Government shall conduct a price evaluation of offers receiving

an Acceptable Technical Rating. The Government will utilize an Abstract of Offers by

arranging offers from lowest price to highest price. The Government will evaluate an

offer by total price for the CLINS in Attachment 2: Dental Clinic Water Testing.

Factor 2 – Technical. To be determined technically acceptable the contractor shall

provide an offer that clearly meets the requirements of the Solicitation and the Statement

of Work.

Technical Acceptable/Unacceptable Ratings:

Rating Description

Acceptable

The proposal clearly demonstrates a

thorough understanding of the

requirements and describes an

approach to demonstrating how the

tasks will be accomplished in

accordance with the Statement of

Work.

Unacceptable The proposal does not demonstrate an

understanding of the requirement. A

demonstration of how the tasks will be

accomplished is not clearly defined.

If only one offer is received, the Government may use various price analysis techniques

and procedures to ensure a fair, reasonable, and realistic price. It is expected that the

competitive nature of this acquisition will drive price reasonableness and fairness.

Contract may be awarded to the offeror who is deemed responsible in accordance with

FAR Part 9.1, whose offer conforms to the solicitation’s requirements (to include all

stated terms, conditions, representations, certifications, and all other information required

by this RFP) and is judged, based on the evaluation.

The Government intends to evaluate proposals and award one (1) contract without

discussions with offerors. Therefore, the offeror’s initial proposal shall contain the

offeror’s best terms. The Government reserves the right to conduct discussions if the

Contracting Officer later determines them to be necessary.

A written notice of award or acceptance of an offer shall result in a binding contract

utilizing the offeror’s Acceptable proposal.

52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the

same force and effect as if they were given in full text. Upon request, the Contracting

Officer will make their full text available. The offeror is cautioned that the listed

provisions may include blocks that must be completed by the offeror and submitted with

its quotation or offer. In lieu of submitting the full text of those provisions, the offeror

may identify the provision by paragraph identifier and provide the appropriate

information with its quotation or offer. Also, the full text of a solicitation provision may

be accessed electronically at this/these address(es):

https://www.acquisition.gov

52.252-2, Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make

their full text available. Also, the full text of a clause may be accessed electronically at

this/these address(es):

https://www.acquisition.gov

FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Dec

2022)

The offeror shall complete only paragraphs (b) of this provision if the Offeror has

completed the annual representations and certification electronically via the System for

Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror

has not completed the annual representations and certifications electronically, the Offeror

shall complete only paragraphs (c) through (v) of this provision.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or

Executive Orders – Commercial Items (Mar 2023)

(a) The Contractor shall comply with the following Federal Acquisition Regulation

(FAR) clauses, which are incorporated in this contract by reference, to implement

provisions of law or Executive orders applicable to acquisitions of commercial products

and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality

Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the

Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its

successor provisions in subsequent appropriations acts (and as extended in continuing

resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services

Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)

(Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and

Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L.

115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

(Nov 2015).

(5) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public

Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the

Contracting Officer has indicated as being incorporated in this contract by reference to

implement provisions of law or Executive orders applicable to acquisitions of

commercial 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).

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

41 U.S.C. 3509)).

__ (3) 52.203-15, Whistleblower Protections under the American Recovery and

Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to

contracts funded by the American Recovery and Reinvestment Act of 2009.)

_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier

Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).

__ (5) [Reserved].

___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L.

111-117, section 743 of Div. C).

__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-

Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

_X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting

with Contractors Debarred, Suspended, or Proposed for Debarment. (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).

__ (10) [Reserved].

__ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Sep

2021) ( 15 U.S.C. 657a).

__ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small

Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so

indicate in its offer) ( 15 U.S.C. 657a).

__ (13) [Reserved]

_X_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15

U.S.C. 644).

__ (ii) Alternate I (Mar 2020) of 52.219-6.

__ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15

U.S.C. 644).

__ (ii) Alternate I (Mar 2020) of 52.219-7.

___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C.

637(d)(2) and (3)).

__ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2021) ( 15 U.S.C.

637(d)(4)).

__ (ii) Alternate I (Nov 2016) of 52.219-9.

__ (iii) Alternate II (Nov 2016) of 52.219-9.

__ (iv) Alternate III (Jun 2020) of 52.219-9.

__ (v) Alternate IV (Sep 2021) of 52.219-9.

__ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C.

644(r)).

__ (ii) Alternate I (Mar 2020) of 52.219-13.

__ (19) 52.219-14, Limitations on Subcontracting (Sep 2021) ( 15 U.S.C. 637s).

__ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15

U.S.C. 637(d)(4)(F)(i)).

__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business

Set-Aside (Sep 2021) ( 15 U.S.C. 657f).

_X_ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation

(Sep 2021) ( 15 U.S.C. 632(a)(2)).

__ (ii) Alternate I (Mar 2020) of 52.219-28.

__ (23) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to,

Economically Disadvantaged Women-Owned Small Business Concerns (Sep 2021) ( 15

U.S.C. 637(m)).

__ (24) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-

Owned Small Business Concerns Eligible Under the Women-Owned Small Business

Program (Sep 2021) ( 15 U.S.C. 637(m)).

__ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar

2020) ( 15 U.S.C. 644(r)).

_X_ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).

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

_X_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies

(Jan 2022) (E.O.13126).

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

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

__ (ii) Alternate I (Feb 1999) of 52.222-26.

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

4212).

__ (ii) Alternate I (Jul 2014) of 52.222-35.

_X_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun

2020) ( 29 U.S.C. 793).

__ (ii) Alternate I (Jul 2014) of 52.222-36.

___ (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).

_X_ (35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C.

chapter 78 and E.O. 13627).

__ (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and

E.O. 13627).

___ (36) 52.222-54, Employment Eligibility Verification (Nov 2021) . (Executive

Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf

items or certain other types of commercial products or commercial services as prescribed

in FAR 22.1803.)

__ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for

EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the

acquisition of commercially available off-the-shelf items.)

__ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)).

(Not applicable to the acquisition of commercially available off-the-shelf items.)

__ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming

Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

_X_ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration

Equipment and Air Conditioners (Jun 2016) (E.O. 13693).

__ (40) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment

(Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Oct 2015) of 52.223-13.

__ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014)

(E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun2014) of 52.223-14.

__ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020)

( 42 U.S.C. 8259b).

__ (43) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer

Products (Oct 2015) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun 2014) of 52.223-16.

_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging

While Driving (Jun 2020) (E.O. 13513).

__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

___ (46) 52.223-21, Foams (Jun2016) (E.O. 13693).

__ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).

__ (ii) Alternate I (Jan 2017) of 52.224-3.

__ (48) 52.225-1, Buy American-Supplies (Nov 2021) ( 41 U.S.C. chapter 83).

__ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act

(Nov 2021) ( 41 U.S.C.chapter83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C.

3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302,

109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

__ (ii) Alternate I (Jan 2021) of 52.225-3.

__ (iii) Alternate II (Jan 2021) of 52.225-3.

__ (iv) Alternate III (Jan 2021) of 52.225-3.

__ (50) 52.225-5, Trade Agreements (Oct 2019) ( 19 U.S.C. 2501, et seq., 19

U.S.C. 3301 note).

_X_ (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).

__ (52) 52.225-26, Contractors Performing Private Security Functions Outside the

United States (Oct 2016) (Section 862, as amended, of the National Defense

Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302Note).

__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (

42 U.S.C. 5150).

__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency

Area (Nov2007) ( 42 U.S.C. 5150).

__ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).

__ (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. 2307(f)).

__ (57) 52.232-30, Installment Payments for Commercial Products and

Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 2307(f)).

_X_ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award

Management (Oct2018) ( 31 U.S.C. 3332).

__ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for

Award Management (Jul 2013) ( 31 U.S.C. 3332).

__ (60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).

__ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).

__ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15

U.S.C. 637(d)(13)).

__ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial

Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).

__ (ii) Alternate I (Apr 2003) of 52.247-64.

__ (iii) Alternate II (Nov 2021) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to

commercial services , that the Contracting Officer has indicated as being incorporated in

this contract by reference to implement provisions of law or Executive orders applicable

to acquisitions of commercial products and commercial services :

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

chapter67).

_X_ (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).

_X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor

Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29

U.S.C. 206 and 41 U.S.C. chapter 67).

___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor

Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).

__ (5) 52.222-51, Exemption from Application of the Service Contract Labor

Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -

Requirements (May 2014) ( 41 U.S.C. chapter 67).

__ (6) 52.222-53, Exemption from Application of the Service Contract Labor

Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C.

chapter 67).

_X_ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive

Order 14026 (Jan 2022).

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

(E.O. 13706).

__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations

(Jun 2020) ( 42 U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the

provisions of this paragraph (d) if this contract was awarded using other than sealed bid ,

is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date

of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-

Negotiation.

(1) The Comptroller General of the United States, or an authorized representative

of the Comptroller General, shall have access to and right to examine any of the

Contractor’s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the

records, materials, and other evidence for examination, audit, or reproduction, until 3

years after final payment under this contract or for any shorter period specified in FAR

subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this

contract is completely or partially terminated, the records relating to the work terminated

shall be made available for 3 years after any resulting final termination settlement.

Records relating to appeals under the disputes clause or to litigation or the settlement of

claims arising under or relating to this contract shall be made available until such appeals,

litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting

procedures and practices, and other data, regardless of type and regardless of form. This

does not require the Contractor to create or maintain any record that the Contractor does

not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d)

of this clause, the Contractor is not required to flow down any FAR clause, other than

those in this paragraph (e)(1) in a subcontract for commercial products or commercial

services . Unless otherwise indicated below, the extent of the flow down shall be as

required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41

U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality

Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the

Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its

successor provisions in

subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services

Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)

(Section 1634 of Pub. L. 115-91).

(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and

Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L.

115-232).

(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C.

637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If

the subcontract (except subcontracts to small business concerns ) exceeds the applicable

threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor

must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

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

(vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).

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

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29

U.S.C. 793).

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

(xi) 52.222-40, Notification of Employee Rights Under the National Labor

Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with

paragraph (f) of FAR clause 52.222-40.

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

67).

(xiii) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C.

chapter 78 and E.O 13627).

(B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O.

13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Labor

Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -

Requirements (May2014) ( 41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Labor

Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C.

chapter 67).

(xvi) 52.222-54, Employment Eligibility Verification (Nov 2021) (E.O. 12989).

(xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive

Order 14026 (Jan 2022).

(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)

(E.O. 13706).

(xix) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).

(B) Alternate I (Jan 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the

United States (Oct 2016) (Section 862, as amended, of the National Defense

Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun

2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR

clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels

(Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance

with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for

commercial products and commercial services a minimal number of additional clauses

necessary to satisfy its contractual obligations.

(End of clause)

FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR

Chapter 1) clause with an authorized deviation is indicated by the addition of

"(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an

authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the

regulation.

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 is the method to electronically process

vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003,

Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award

Management at https://www.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 must use the following information

when submitting payment requests and receiving reports in WAWF for this

contract/order:

(1) Document type. The Contractor shall use the following document type(s).

(ii) For fixed price line items—

Invoice 2 in 1

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR)

52.213-1 is included in the contract.

(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 F87700

Issue By DoDAAC FA4861

Admin DoDAAC FA4861

Inspect By DoDAAC F3G5FA

Service Approver DODAAC F3G5FA

Service Acceptor DoDAAC F3G5FA

--------------------------------------------------------------------------------------------

(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.

N/A

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

(End of clause)

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 ombudsman, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114

Thompson Street, Bldg 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-

5372 (DSN 574-5372) email: acc.a7k1@us.af.mil. Concerns, issues, disagreements, and

recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC

ombudsman level, may be brought by the interested party for further consideration to the

Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting),

SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571)

256-2395, facsimile number (571) 256-2431.

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

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due

date, or clarify technical requirements. Such inquiries shall be directed to the contracting

officer.

(End of clause)

5352.242-9000, Contractor Access to Air Force Installations (OCT 2019)

(a) The contractor shall obtain base identification and vehicle passes, if required, for all

contractor personnel who make frequent visits to or perform work on the Air Force

installation(s) cited in the contract. Contractor personnel are required to wear or

prominently display installation identification badges or contractor-furnished, contractor

identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting

officer listing the following: contract number, location of work site, start and stop dates,

and names of employees and subcontractor employees needing access to the base. The

letter will also specify the individual(s) authorized to sign for a request for base

identification credentials or vehicle passes. The contracting officer will endorse the

request and forward it to the issuing base pass and registration office or Security Forces

for processing. When reporting to the registration office, the authorized contractor

individual(s) should provide a valid driver s license, current vehicle registration, valid

vehicle insurance certificate 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 as

applicable.

(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)

List of Attachments

Attachment 1- Statement of Work for Water System Service Contract


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • 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 >