Nevada Bids > Bid Detail

57 MXG Portable Toilet Cleaning Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159670799305723
Posted Date: Mar 9, 2023
Due Date: Mar 13, 2023
Solicitation No: FA4861PRTS
Source: https://sam.gov/opp/02c9a2d595...
Follow
57 MXG Portable Toilet Cleaning Service
Active
Contract Opportunity
Notice ID
FA4861PRTS
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 09, 2023 12:14 pm EST
  • Original Published Date: Mar 02, 2023 07:01 pm EST
  • Updated Date Offers Due: Mar 13, 2023 01:00 pm EDT
  • Original Date Offers Due: Mar 13, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 28, 2023
  • Original Inactive Date: Mar 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. The Government intends to award a Blanket Purchase Agreement (BPA) off of this solicitation.





1. The solicitation number is FA4861PRTS. This solicitation is issued as a Request for Quote (RFQ).





2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, effective 30 December 2022.





3. This combined synopsis/solicitation is being issued as Small Business set-aside, and the associated NAICS code is 562998 - All Other Miscellaneous Waste Management Services, Small Business Size Standard $16.5M





4. Offeror’s shall provide a completed Price List (see “Attachment 1 – Price List”).





5. The contractor shall furnish all personnel, equipment, services, materials, parts and labor to deliver and pickup rental of large or small equipment and provide any maintenance or repairs to equipment during rental agreement to Nellis Air Force Base, Nevada during the five (5) year duration of this Blanket Purchase Agreement during the period of March 2023 through March 2028 located at Nellis Air Force Base NV 89191.





PLEASE SEE “Attachment 2 – Performance Work Statement Portable Restroom Trailer Service” FOR MORE INFORMATION.





6. Delivery Schedule: Five (5) year ordering period (2023-2028)



Delivery Location: Nellis AFB, NV



FOB Point: Destination





7. Offers are due no later than Monday, 13 March 2023 at 10:00am PST. Only offers submitted electronically via email will be considered for this requirement. Submit offers to SSgt Jamari Sharp at jamari.sharp@us.af.mil. Please include the solicitation number, FA4861PRTS, in the Subject Line of the email to ensure prompt receipt of your proposal.





8. 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





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





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





Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM



registration shall be a determining factor for contract award. Prospective vendors should



visit the SAM website at https://www.sam.gov to register.





The Government has a right to retrieve additional 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.





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



All proposals will be graded by Price, in order of their price rankings, lowest to highest. Evaluations will cease once lowest priced is selected.







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 all CLINS. The lowest priced offer receiving an Acceptable Technical Rating will be awarded the service contract.





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.





This requirement is five (5) years from establishment of the BPA(s) - with a Period of Performance (PoP) of five (5) years. The Government intends to establish up to three (3) separate BPAs with three individual contractors, where contractors may be rotated to spread the business for services; however, the Government also reserves the right to establish less than three (3) BPAs, or none at all. Contracts awarded off of the BPA will be made to the responsive offeror



whose offer will result in the best value to the government, with price and delivery being



the considerations. This is an "all or none" requirement and will be awarded on one



agreement. Multiple contracts/agreement will not be issued. Vendors who do not quote



the entire package requested will be considered non-responsive and their quote will not



be evaluated.





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 (Dec 2022)





(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 :





_X_ (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).





_X_ (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.





_X_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C. 637(d)(2) and (3)).





_X_ (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.





_X_ (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.





_X_ (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).





_X_ (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).





__ (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).





__ (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).





_X_ (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).





_x_ (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).





_x_ (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—





Invoice2in1





(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



Service Approver DODAAC



Service Acceptor DoDAAC



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





(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, and > 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 [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program] citing the appropriate paragraphs 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)



Attachment 1- Price List



Attachment 2 – Performance Work Statement Portable Restroom Trailer Service


Attachments/Links
Contact Information View Changes
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 >