Search Contract Opportunities

Airfield Damage Repair (ADR) Equipment IDIQ   2

ID: FA8051-21-R-3001 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 19, 2021, 8:27 p.m. EDT

19 May 2021

The solicitation is hereby amended as follows:

Electronic proposals are due 26 May 2021 at or before 4:00 PM, Central Standard Time (CST).

Government responses to offeror solicitation questions dated 19 May 2021 have been posted.

_____________________________________________________________________________________________

14 May 2021

The solicitation is hereby amended as follows:

A revised SOW dated 14 May 2021 has been posted.

A revised CLIN Price Sheet dated 13 May 2021 has been posted.

Revised SOW Attachments A-D dated 13 May 2021 have been posted.

Government responses to offeror solicitation questions dated 14 May 2021 have been posted

______________________________________________________________________________________________________

7 May 2021

The solicitation is hereby amended as follows:

Electronic proposals are due 24 May 2021 at or before 4:00 PM, Central Standard Time (CST). Questions regarding the solicitation amendment must be submitted by 17 May 2021 at 4:00pm CST. Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered.

DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools applies to the solicitation and is hereby added.

Government responses to offeror solicitation questions dated 7 May 2021 has been posted.

Please note there are still outstanding answers to questions that will require revisions to the specifications, a subsequent amendment will be posted soon.

________________________________________________________________________________________________

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; Offers are being requested and a written solicitation (paper copy) 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.

Solicitation FA8051-21-R-3001 is issued as a Request for Proposal (RFP).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210224.

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as Total Small Business Set-Aside. The NAICS code is 332439 and small business size standard is 500 employees

The provision at 52.212-1, Instructions to Offerors Commercial Items (JUN 2020), applies to this acquisition.

Addenda to the following paragraphs of 52.212-1 are:

(b) Submit electronic proposals to: michele.romanach.1@us.af.mil and bryant.soule@us.af.mil.

Page Limits

Technical proposal, 50 pages, Price proposal submit provided attachment only, Past Performance proposal 10 pages, Representations and Certifications submit provided attachment only

All submitted pages shall be single sided, typed, standard 8.5 x 11 pages. Type shall be no smaller than size 12 font. If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the proposal. Due to Tyndall AFB email size limitations, emails containing proposal submissions attachments shall not exceed five megabytes (5-MB) of data; recommend all Offerors confirm the receipt of all emailed proposals via telephone call. Multiple email submissions are recommended if the anticipated file size exceeds 5MB.

(b)(4) Factor I Technical: Submit a technical description of the items being offered in accordance with the Statement of Work (SOW) and specification attachments A through D. Sufficient information must be submitted to prove the items offered meet the required specifications.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

Submit a logistics and shipping plan outlining the approach to meet the requirements as follows:

-Buy American and Trade Act Compliance for the ISO containers and kitted items.

-Shipment management and tracking by serial number and web access.

-Air Transportability Test Loading Agency (ATTLA) requirements.

-Insurance of shipments and the process for replacement of any items damaged during shipment.

-Customs requirements for OCONUS shipments.

-Arrangements for off-loading of shipments at the destination.

The plan should not simply rephrase or restate the Government's requirements but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements.

(b)(6) Factor II Price: Offerors shall complete the attached CLIN Price Sheet. All pricing shall be on a firm-fixed price basis to include any discounts. Direct shipping costs will be handled on an order to order basis as outlined in the FAR 52.216-18 ordering clause. Please note indirect costs and profit associated with the shipping of items should be accounted for in the pricing for those items in the CLIN Price Sheet. The CLIN Price Sheet includes cross references to the required specifications for each item.

The CLIN Price Sheet will be used to establish total evaluated price (TEP). The CLIN Price Sheet is based on the estimated number of purchases. The estimated quantities entered on the price sheet are for evaluation purposes only and are not contractually binding. Actual quantities may be higher or lower than estimates. Offerors are required to fill in the unit price and only the unit price for all items identified in the CLIN Price Sheet. Failure to fill in all spaces for unit price in the Price Sheet will render the offer unacceptable and the Government will not consider the offer for award, in the absence of discussions. The Unit Price should be rounded to the penny to avoid rounding errors. The CLIN Price Sheet is not to be altered except for the allowable changes outlined in this document. Extended totals will be automatically calculated by the spreadsheet. Failure to comply with instructions will render the proposal unacceptable and ineligible for award in the absence of discussions.

(b)(10) Factor III Past Performance: Submit past performance information for efforts from the past 5 years of the release of this solicitation to include recent and relevant contracts that are the same or similar to the requirements of this solicitation and include references (including contract numbers, points of contact with telephone numbers and other relevant information).

(b)(11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) The period of acceptance for offers is 180 calendar days.

(d) Product Samples are NOT required by this solicitation.

(e) Multiple offers. Offers MAY NOT be submitted for quantities less than those specified.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.

(h) Multiple awards. The Government intends to make a single award as a result of this solicitation.

(k) Offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest (OCI).

In order to avoid an OCI, KT Consulting, Inc. and Dawson Technical, LLC are excluded from competition as they provided support in the development of the requirements and will provide support as Non-Government advisors. The Non-Government advisors are not part of the proposal analysis or Source Selection decision making process. The Non-Government advisors will only be providing advice as to whether or not proposed supplies and equipment meet the technical specifications and will not have access to any proposal information that includes technical approach, pricing information, or past performance information. Any objection shall be provided in writing to the Contracting Officer within 10 days of solicitation issuance; and shall include a detailed statement of the basis for the objection.

Basis of Award

The following is an addenda to 52.212-2 Evaluation-Commercial Items.

The Lowest Price Technically Acceptable (LPTA) Source Selection Process will be utilized in accordance with (IAW) Appendix C of the Department of Defense Source Selection Procedures as supplemented by the AFFARS.

All proposals shall be subject to evaluation by a team of Government personnel based on the following factors:

(i) Factor I Technical: Technical acceptability of the items offered to meet the Government requirement; acceptability is based on items offered and the submitted logistics and shipping plan meeting the specifications and requirements outlined in the SOW and specification attachments A through D, and the solicitation requirements. Proposals will either be rated acceptable or unacceptable.

Acceptable

Proposal meets the requirements of the solicitation.

Unacceptable

Proposal does not meet the requirements of the solicitation.

(ii) Factor II Price: TEP will be calculated by multiplying the contractor's proposed price for each item by the estimated quantity to be purchased for each item in the CLIN Price Sheet attachment. Pricing will be evaluated for reasonableness and balance as follows:

Reasonableness. The Offeror's price proposal will further be evaluated to determine whether the overall price the Government expects to pay is fair and reasonable pursuant to FAR 15.404-1(b)(2).

Balance. The Offeror's proposal will be evaluated for balanced pricing IAW FAR 15.404-1(g). Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of price analysis techniques.

(iii) Factor III Past Performance: In determining an Offeror's relevancy for Past Performance, the Government will consider aspects as they relate to the requirements outlined in the SOW and specification attachments A through D; similarity of products delivered, complexity, dollar value, duration, contract type, and degree of subcontract/teaming. Recent Past Performance is defined as efforts executed within the last five (5) years from the release date of the solicitation. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the Offeror's Past Performance proposal and information obtained from other sources available to the Government, to include Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), CPARS, or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Official; the Defense Contract Management Agency (DCMA), and commercial sources to assess general trends in the Offeror's performance, the number and severity of problems, and the effectiveness of any corrective actions taken. Past Performance will be evaluated as either Acceptable or Unacceptable. A rating of Unacceptable may render a proposal ineligible for award. A lack of Past Performance will not be evaluated favorably or unfavorably and will therefore be evaluated as Acceptable.

Acceptable

Based on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown.

Unacceptable

Based on the Offeror's performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort.

Award will be made to the Lowest Price Technically Acceptable offerer with acceptable past performance, and that is determined to be responsible in accordance with FAR 9.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

The following additional representations and certifications require separate completion. For your convenience all required certifications are provided as an attachment to this solicitation.

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26 Covered Telecommunications Equipment or Services-Representation

52.209-7, Information Regarding Responsibility Matters

52.229-11 Tax on Certain Foreign Procurements Notice and Representation

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation.

252.203-7005, Representation Relating to Compensation of Former DoD Officials.

252.225-7000, Buy American--Balance of Payments Program Certificate

252.225-7020, Trade Agreements Certificate.

252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (DEVIATION 2020-O0005)

The following FAR and FAR Supplement provisions apply to the acquisition:

52.216-1 Type of Contract

The Government contemplates award of a Firm-Fixed Price (FFP) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract with a 5 year ordering period as a result of this solicitation.

252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data. Alternate I.

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.219-7000, Advancing Small Business Growth

The following FAR and FAR Supplement clauses apply to the acquisition:

52.212-4, Contract Terms and Conditions -- Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items

The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I

52.203-13, Contractor Code of Business Ethics and Conduct

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters

52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008

52.219-8, Utilization of Small Business Concerns

52.219-28, Post Award Small Business Program Re-representation

52.222-3, Convict Labor

52.222-19, Child Labor Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-35, Equal Opportunity for Veterans

52.222-36, Equal Opportunity for Workers With Disabilities

52.222-37, Employment Reports on Veterans

52.222-40, Notification of Employee Rights Under the National Labor Relations Act

52.222-50, Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.229-12, Tax on Certain Foreign Procurements

52.232-33, Payment By Electronic Funds Transfer System For Award Management

52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels Alternate I

The following additional FAR and FAR Supplement clauses also apply by reference:

52.203-3, Gratuities

52.204-18, Commercial and Government Entity Code Maintenance

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.247-34, FOB Destination

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7003, Agency Office of the Inspector General

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.205-7000, Provision of Information to Cooperative Agreement Holders

252.211-7008, Use of Government-Assigned Serial Numbers

252.225-7001, Buy American and Balance of Payments Program

252.225-7012, Preference for Certain Domestic Commodities

252.225-7021, Trade Agreements

252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten. (DEVIATION 2020-O0006)

252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

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

252.232-7010, Levies on Contract Payments

252.232-7017 Accelerating Payments to Small Business Subcontractors Prohibition on Fees and Consideration.

252.243-7001 Pricing of Contract Modifications

252.243-7002, Requests for Equitable Adjustment

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies by Sea Basic

The following additional FAR and FAR Supplement clauses also apply by full text:

52.216-18 Ordering

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued upon contract award and up to 5 years after.

The Government will order quantities from the contract line items at the pre-established pricing in this contract. For each order the Government will provide delivery information in accordance with paragraph 4 of the Statement of Work (SOW). The contractor shall propose firm-fixed priced shipping based on the delivery information provided by the Government. Supporting documentation should be provided by the contractor to demonstrate how the proposed pricing is fair and reasonable (e.g. competing carrier quotes or other data). Shipping costs shall NOT include pass through profit, G&A, overhead, or any other fee or rate. Those costs are to be included as part of the pre-established line item pricing.

Contractor personnel supporting OCONUS deliveries shall abide by all Foreign Government Travel Regulations for the countries listed in paragraph 4.0 of the SOW. Any OCONUS visits should be short in duration for purposes of delivering orders to the required destinations, therefore OCONUS specific terms and conditions are not anticipated but if are later determined necessary will be negotiated on an order by order basis.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) A delivery order or task order is considered "issued" when

(1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail;

(2) If sent by fax, the Government transmits the order to the Contractor's fax number; or

(3) If sent electronically, the Government either

(i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or

(ii) Distributes the delivery order or task order via email to the Contractor's email address.

(d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract.

(End of clause)

52.216-19 Order Limitations.

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $25,500.00 and the minimum contract guarantee is the amount of the first order which has an anticipated value between $200,000 and $300,000. The Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor-

(1) Any order for a single item in excess of $10,000,000.00

(2) Any order for a combination of items in excess of $10,000,000.00

(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 Indefinite Quantity

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the expiration of the final order.

(End of clause)

52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008)

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that

(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and

(2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.

(c) Applicability. This clause applies only to

(1) Contracts that have been set aside for small business concerns or 8(a) participants;

(2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants;

(3) Contracts that have been awarded on a sole-source basis in accordance with subpart 19.8;

(4) Orders set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F), if the order amount is expected to exceed the simplified acquisition threshold;

(5) Orders competed among 8(a) participants in accordance with subpart 19.8 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F), regardless of dollar value;

(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference; and

(7) Orders issued directly to small business concerns or 8(a) participants under multiple-

award contracts as described in 19.504(c)(1)(ii).

(d) Independent contractors. An independent contractor shall be considered a subcontractor.

(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a NAICS code for

(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Other direct costs are excluded to the extent they are not the principal purpose of the contract and cannot be obtained from small business concerns;

(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;

(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor's 85 percent subcontract amount that cannot be exceeded; or

(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor's 75 percent subcontract amount that cannot be exceeded.

(f) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.

(g) The Contractor shall comply with the limitations on subcontracting as follows:

(1) For contracts, in accordance with paragraphs (c)(1) and (2) of this clause

By the end of the performance period for each order issued under the contract.

(End of clause)

252.211-7003, Item Identification and Valuation

(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 http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.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 http://www.acq.osd.mil/dpap/pdi/uid/uii_types.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

All contract line items require identification.

(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

All contract line items require identification.

(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 Statement of Work (SOW) and specification attachments A through D.

(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 Statement of Work (SOW) and specification attachments A through D.

(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.

(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 items.

(End of clause)

252.232-7006 Wide Area WorkFlow Payment Instructions.

(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):

Combo

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

Tyndall AFB, Florida

(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 FA8051

Admin DoDAAC FA8051

Inspect By DoDAAC FA8051

Ship To Code/Extension FA8051

Ship From Code N/A

Mark For Code N/A

Service Approver (DoDAAC) N/A

Service Acceptor (DoDAAC) N/A

Accept at Other DoDAAC N/A

LPO DoDAAC N/A

DCAA Auditor DoDAAC N/A

Other DoDAAC(s) N/A

(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)

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, concerned parties may contact the Center/MAJCOM ombudsmen, Air Force Installation Contracting Center, Policy & Acquisition Support Directorate (AFICC/KP), 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-5529; facsimile 937-257-0919. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.

(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)

5352.209-9000 Organizational Conflict of Interest (OCT 2019)

(a) The following restrictions and definitions apply to prevent conflicting roles which may bias the Contractor's judgment or objectivity, or to preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions.

(1) Descriptions or definitions: "Contractor" means the business entity receiving the award of this contract, its parents, affiliates, divisions and subsidiaries. "Development" means all efforts towards solution of broadly-defined problems. This may encompass research, evaluating technical feasibility, proof of design and test, or engineering of programs not yet approved for acquisition or operation. "Proprietary Information" means all information designated as proprietary in accordance with law and regulation, and held in confidence or disclosed under restriction to prevent uncontrolled distribution. Examples include limited or restricted data, trade secrets, sensitive financial information, and computer software; and may appear in cost and pricing data or involve classified information. "System" means the system that is the subject of this contract. "System Life" means all phases of the system's development, production, or support. "Systems Engineering" means preparing specifications, identifying and resolving interface problems, developing test requirements, evaluating test data, and supervising design. "Technical Direction" means developing work statements, determining parameters, directing other Contractors' operations, or resolving technical controversies.

(b) The Contractor agrees to accept and to complete all issued delivery orders, and not to contract with Government prime Contractors or first-tier subcontractors in such a way as to create an organizational conflict of interest.

(c)The above restrictions shall be included in all subcontracts, teaming arrangements, and other agreements calling for performance of work which is subject to the organizational conflict of interest restrictions identified in this clause, unless excused in writing by the contracting officer.

(End of clause)

Posted: May 15, 2021, 7:10 a.m. EDT
Posted: May 14, 2021, 2:30 p.m. EDT
Posted: May 14, 2021, 12:01 p.m. EDT
Posted: May 7, 2021, 1:44 p.m. EDT
Posted: April 9, 2021, 2:05 p.m. EDT

Overview

Response Deadline
May 26, 2021, 5:00 p.m. EDT (original: May 10, 2021, 5:00 p.m. EDT) Past Due
Posted
April 9, 2021, 2:05 p.m. EDT (updated: May 19, 2021, 8:27 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Tyndall AFB, FL 32403 United States
Source

Current SBA Size Standard
600 Employees
Pricing
Time And Materials; Fixed Price;
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 4/9/21 Air Force Installation Contracting Agency issued Solicitation FA8051-21-R-3001 for Airfield Damage Repair (ADR) Equipment IDIQ due 5/26/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332439 (SBA Size Standard 600 Employees) and PSC 5140.
Primary Contact
Name
Bryant Soule   Profile
Phone
None

Documents

Posted documents for Solicitation FA8051-21-R-3001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA8051-21-R-3001

Award Notifications

Agency published notification of awards for Solicitation FA8051-21-R-3001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8051-21-R-3001

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8051-21-R-3001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AF INSTALLATION & MISSION SUPPORT CENTER > FA8051 772 ESS PKD
FPDS Organization Code
5700-FA8051
Source Organization Code
500019422
Last Updated
June 10, 2021
Last Updated By
bryant.soule@us.af.mil
Archive Date
June 10, 2021