Skip to main content

An official website of the United States government

You have 2 new alerts

F3N6092262AW01 - UFR Mobile Aircraft Fire Trainer

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jun 15, 2023 01:57 pm CEST
  • Original Published Date: Apr 25, 2023 05:34 pm CEST
  • Updated Date Offers Due: Jun 20, 2023 02:00 pm CEST
  • Original Date Offers Due: May 12, 2023 02:00 pm CEST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 05, 2023
  • Original Inactive Date: May 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
  • NAICS Code:
    • 339999 - All Other Miscellaneous Manufacturing
  • Place of Performance:
    DEU

Description

Requirement Title: Mobile Aircraft Fire Trainer

 Solicitation Number: F3N6092262AW01 

Solicitation Issue Date: 25 April 2023 Central European Summer Time (CET) Response Deadline: 1400 (2PM) Friday, 12 May 2023 CEST

Point(s) of Contact: Primary: D’Anfernee Malik Pugh : d_anfernee.pugh@us.af.mil

Alternate: Joshua Maxwell ; joshua.maxwell.3@us.af.mil

General Information

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after closing date. In the event the Government cancels solicitation, the Government has no obligation to reimburse an offeror for any costs.

This solicitation is being issued as a Request for Quotations (RFQ) under FAR 13.

This solicitation document and incorporated provisions and clauses are those in effect through:

Federal Acquisition Circular  2021-05/3-10-2021

Defense Federal Acquisition Regulation Public Notice 2/21/2021

Air Force Federal Acquisition Circular AFAC 2019-1001

Requirement Information

Description:

            Please see the attached Statement of Need:

424 Air Base Squadron Statement of Need (Mobile Aircraft Fire Trainer)

Please see the below information regarding our statement of need for our mobile aircraft fire trainer:

On a bi-annual basis, the 3E7 community (Fire Protection) must conduct live aircraft fire training in accordance with National Fire Protection Association (NFPA) 403 for Airport Rescue Firefighting.  These vital skills are necessary to ensure all firefighters receive adequate training to perform at the highest levels when called upon. Currently, we have 18 members who are not meeting this vital regulation.  Having a mobile aircraft fire trainer will allow all members of the department to meet and exceed the Air Force Civil Engineer Center (AFCEC) and NFPA standards necessary for life safety and preservation of government assets.  Since our inception in 2013, our department has failed to comply with this standard, which resorted to several TDYs to other Air Force installations to meet this standard.

A mobile aircraft fire trainer is a simple metal trainer that utilizes propane as the fuel source.  It’s mounted on a wheeled axle trailer that can be pulled by a pickup truck and can be moved around to any location to allow for full live fire training.  Objectives are to fully comply with NFPA 403 standards and to integrate with host nation communities since this will be the first ever aircraft mobile fire trainer in Belgium.

A mobile aircraft fire trainer is a simple metal trainer that utilizes propane as the fuel source.  It’s mounted on a wheeled axle trailer that can be pulled by a pickup truck and can be moved around to any location to allow for full live fire training.  Objectives are to fully comply with NFPA 403 standards and to integrate with host nation communities since this will be the first ever aircraft mobile fire trainer in Belgium.

Place of Delivery/Performance/Acceptance/FOB Destination:

MP to confirm delivery addresses of all buildings

Line Item

Description

Quantity

Unit

Unit Price

Extended Price

0001

Mobile Aircraft Trainer

1

EA

Total

PLEASE FILL OUT ALL INFORMATION BELOW:

Quote #:

Delivery Days ARO:  

DUNS #:

CAGE Code:  

Taxpayer ID #:

FOB: Destination

Shipping Weight:

Shipping Dimensions:

Discount Terms:

Terms of standard warranty (include as attachment if needed): 

Terms and cost of extended warranty (include as attachment if needed): 

E-Mail Address:

Instructions to Offerors

FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the  following addendum is provided for this solicitation and hereby amends any language therein:

Quoted amounts need to be net prices without tax

Quoted prices may be in Euro or USD Only.

The Government reserves the right to award on an "All or None" basis

The Government reserves the right to reject quotes that are not received by the response deadline.

Provide Quote Expiration Date, Best Delivery Date, and any Discount Terms

Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to both points of contact (POCs)

All questions are to be submitted via email by (Tuesday, 9 May 2023) 1400 (2PM) CEST; the Government reserves the right to not answer any questions submitted after this date and time

Quotes are required to be valid for 180 days

Quote shall be against the requirements above

The technical response shall be no more than 10 pages (single sided) max, times new roman no smaller than font size 12, with 1” margins. Any pages beyond, or outside of these requirements, will not be reviewed. Pricing information does not count against the page count.

52.212-1 is revised that only the email inboxes of the POCs are the only means for receipt of quotations and no other method will be accepted. The Government reserves the right to reject quotations if they are not received in the email inboxes of the identified POCs by the required due date and time.

-vendors shall submit all required attachments listed at the end of this combined synopsis/solicitation. Those filled out attachments   will not count toward any page count for quotation submittal.

Evaluation Criteria

FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:

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. Award shall be based on all or none and best value to the government. The government may award without interchanges; however, the Government reserves the right to conduct interchanges if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet      the specification requirements of this combined synopsis/solicitation. Only new equipment will be accepted. Re- manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote.

Per 13.106-3, the CO must determine the price fair and reasonable.

Clauses and Provisions

FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications posted at FAR 52.212-3 have been entered or updated electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal in the last 12 months, and are current, accurate, complete, and applicable to this solicitation. Alternatively, if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and include a completed copy with its offer.

The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference:

FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition;

52.202-1       Definitions (Nov 2013) 2020-06

52.203-3      Gratuities (Apr 1984)    1984-04

52.203-6      Restrictions on Subcontractor Sales to the Government (Sep 2006)        2020-06

Alt I Alternate I to 52.203-6  1995-10

52.203-12     Limitation on Payments to Influence Certain Federal Transactions 2020-06

52.203-19     Prohibition on Requiring Certain Internal confidentiality Agreements or Statements       2017-01

52.204-4      Printed or Copied Double-Sided on Postconsumer Fiber Content Paper    2011-05

52.204-7      System for Award Management 2018-10

52.204-10     Reporting Executive Compensation and First-Tier Subcontract Awards           2020-06

52.204-13     System for Award Management Maintenance 2018-10

52.204-16     Commercial and Government Entity Code Reporting     2020-08

52.204-18     Commercial and Government Entity Code Maintenance 2016-07

52.204-19     Incorporation by Reference of Representations and Certifications     2014-12

52.204-19     Incorporation by Reference of Representations and Certifications     2014-12

52.204-22     Alternative Line Item Proposal  2017-01

52.204-23     Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities     2018-07

52.204-25     Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment    2020-08

52.209-6      Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment       2015-10

52.209-9      Updates of Publicly Available Information Regarding Responsibility Matters      2013-07

52.209-10     Prohibition on Contracting with Inverted Domestic Corporations         2015-11

52.211-6      Brand Name or Equal    1999-08

52.211-17     Delivery of Excess Quantities    1989-09

52.212-1      Instructions to Offerors -- Commercial Items        2020-06

52.212-2      Evaluation -- Commercial Items 2014-10

52.222-21     Prohibition of Segregated Facilities        2015-04

52.222-26     Equal Opportunity        2016-09

52.222-29     Notification of Visa Denial        2015-04

52.222-37     Employment Reports on Veterans        2020-06

52.222-50     Combating Trafficking in Persons        2020-10

Alt I 52.222-50 Alt I 2015-03

52.223-5      Pollution Prevention and Right-to-Know Information  2011-05

52.223-13     Acquisition of EPEAT® - Registered Imaging Equipment  2014-06

52.223-15     Energy Efficiency in Energy-Consuming Products       2007-12

52.223-18     Encouraging Contractor Policies to Ban Text Messaging While Driving      2020-06

52.225-13     Restrictions on Certain Foreign Purchases        2021-02

52.227-14     Rights in Data -- General           2014-05

52.229-6      Taxes -- Foreign Fixed-Price Contracts        2013-02

52.229-12     Tax on Certain Foreign Procurements        2020-06

52.232-17     Interest 2014-05

52.232-33     Payment by Electronic Funds Transfer -- System for Award Management        2018-10

52.232-39     Unenforceability of Unauthorized Obligations   2013-06

52.232-40     Providing Accelerated Payments to Small Business Subcontractors       2013-12

52.233-1      Disputes           2014-05

52.233-3      Protest After Award      1996-08

52.233-4      Applicable Law for Breach of Contract Claim           2004-10

52.239-1      Privacy or Security Safeguards. 1996-08

52.242-13     Bankruptcy.      1995-07

52.242-15     Stop-Work Order.         1989-08

52.246-2      Inspection of Supplies -- Fixed-Price.        1996-08

52.246-4      Inspection of Services -- Fixed-Price.        1996-08

52.246-16     Responsibility for Supplies.       1984-04

52.247-34     F.o.b. – Destination.      1991-11

252.203-7000           Requirements Relating to Compensation of Former DoD Officials.        2011-09

252.203-7002           Requirement to Inform Employees of Whistleblower Rights.       2013-09

252.203-7005           Representation Relating to Compensation of Former DoD Officials         2011-11

252.204-7003           Control of Government Personnel Work Product.          1992-04

252.204-7015           Notice of Authorized Disclosure of Information for litigation support       2016-05

252.204-7018           Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services       2021-01

252.205-7000           Provision of Information to Cooperative Agreement Holders.       1991-12

252.209-7004           Subcontracting with Firms That Are Owned or Controlled by the Government of a country that is a state sponsor of terrorism 2015-10

252.211-7003           Item Unique Identification and Valuation.    2016-03

252.213-7000           Notice to Prospective Suppliers on the use of past performance information retrieval system - statistical reporting in past performance evaluations        2018-03

252.215-7013           Supplies and services provided by nontraditional defense contractors      2018-01

252.222-7999           Combating Race and Sex Stereotyping - Revision 1      2021-01

252.223-7006           252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic and Hazardous Materials.     2014-09

252.223-7008           252.223-7008 Prohibition of Hexavalent Chromium.         2013-06

252.225-7005           252.225-7005 Identification of Expenditures in the United States.      2005-06

252.225-7041           Correspondence in English.        1997-06

252.225-7043           Antiterrorism/Force Protection for Defense Contractors Outside the United States        2015-06

252.225-7048           Export-Controlled Items.        2013-06

252.225-7974           Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005)       2020-02

252.232-7003           Electronic Submission of Payment Requests and Receiving Reports.       2018-12

252.232-7008           Assignment of Claims (Overseas).        1997-06

252.232-7010           Levies on Contract Payments.        2006-12

252.232-7017           Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration           2020-04

252.233-7001           Choice of Law (Overseas).        1997-06

252.239-7098           Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation.   2021-04

252.243-7001           Pricing of Contract Modifications.        1991-12

252.243-7002           Requests for Equitable Adjustment.        2012-12

252.244-7000           Subcontracts for Commercial Items.        2020-10

252.244-7001 Alternate I       Contractor Purchasing System Administration.         2014-05

252.246-7003           Notification of Potential Safety Issues.          2013-06

252.246-7004           Safety of Facilities, Infrastructure, and Equipment for Military Operations.         2010-10

252.246-7007           Contractor Counterfeit Electronic Part Detection and Avoidance System.           2016-08

252.246-7008           Sources of Electronic Parts        2018-05

252.247-7023           Transportation of Supplies by Sea.        2019-02

5352.223-9000          Elimination of Use of Class I Ozone Depleting Substances (ODS) 2019-10

5352.223-9001          Health and Safety on Government Installations  2019-10

The following provisions and clauses are hereby included by full text:

52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)

Definitions. As used in this clause–

Covered contractor information system means an information system that is owned or operated by a contractor that processes, stores, or transmits Federal contract information.

Federal contract information means information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government to the public (such as on public websites) or simple transactional information, such as necessary to process payments.

Information means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction

(CNSSI) 4009).

Information system means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502).

Safeguarding means measures or controls that are prescribed to protect information systems.

Safeguarding requirements and procedures.The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information systems. Requirements and procedures for basic safeguarding of covered contractor information systems shall include, at a minimum, the following security controls:

Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other information systems).

Limit information system access to the types of transactions and functions that authorized users are permitted to execute.

Verify and control/limit connections to and use of external information systems.

Control information posted or processed on publicly accessible information systems.

Identify information system users, processes acting on behalf of users, or devices.

Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to organizational information systems.

Sanitize or destroy information system media containing Federal Contract Information before disposal or release for

reuse.

Limit physical access to organizational information systems, equipment, and the respective operating environments to

authorized individuals.

Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and manage physical access devices.

Monitor, control, and protect organizational communications (i.e., information transmitted or received by organizational information systems) at the external boundaries and key internal boundaries of the information systems.

Implement subnetworks for publicly accessible system components that are physically or logically separated from internal networks.

Identify, report, and correct information and information system flaws in a timely manner.

Provide protection from malicious code at appropriate locations within organizational information systems.

Update malicious code protection mechanisms when new releases are available.

Perform periodic scans of the information system and real-time scans of files from external sources as files are downloaded, opened, or executed.

Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirements specified by Federal agencies and departments relating to covered contractor information systems generally or other Federal safeguarding requirements for controlled unclassified information (CUI) as established by Executive Order 13556.

Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts under this contract (including subcontracts for the acquisition of commercial items, other than commercially available off-the-shelf items), in which the subcontractor may have Federal contract information residing in or transiting through its information system.

(End of clause)

52.209-7 Information Regarding Responsibility Matters (Oct 2018)

(a) Definitions. As used in this provision—

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

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

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

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

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

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

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

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

                (i) In a criminal proceeding, a conviction.

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

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

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

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

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

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

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

(End of provision)

52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020)

Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in— (1)   Israel, and the anticipated value of the acquisition is $50,000 or more;

(2)        Mexico, and the anticipated value of the acquisition is $83,099 or more; or

(3)        Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia,

Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more.

(b)        Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials.

(c)        Violations. The Government may impose remedies set forth in paragraph (d) for the following violations:

(1)        The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products.

(2)        The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury.

(3)        The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes.

(4)        The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.)

(d)        Remedies.

(1)        The Contracting Officer may terminate the contract.

(2)        The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4.

(3)        The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4.

(End of clause)

52.222-35 Equal Opportunity for Veterans (Jun 2020)

(a) Definitions. As used in this clause-

     "Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran," "qualified disabled veteran," and "recently separated veteran" have the meanings given at Federal Acquisition Regulation (FAR)22.1301.

      (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans.

      (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts valued at or above the threshold specified in FAR 22.1303(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of clause)

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

Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60- 741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.

Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of the threshold specified in Federal Acquisition Regulation (FAR) 22.1408(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of clause)

52.225-17 Evaluation of Foreign Currency Offers.(Feb 2000)

If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the exchange rate posted at https://www.fiscal.treasury.gov/reports-statements/treasury-reporting-rates- exchange/current.html. The Government will use the rate current as published on the site when quotes are due to convert prices for

price comparison purposes only. in effect as follows:

For acquisitions conducted using sealed bidding procedures, on the date of bid opening.

For acquisitions conducted using negotiation procedures-

On the date specified for receipt of offers, if award is based on initial offers; otherwise

On the date specified for receipt of proposal revisions. (End of provision)

52.233-2 Service of Protest (Sept 2006)

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from daira.rodriguez@us.af.mil

The copy of any protest shall be received in the office designated above within oneday of filing a protest with the GAO. (End of provision)

52.252-1, Solicitation Provisions Incorporated by Reference

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/

52.252-6, Authorized Deviations in Clauses (Apr 1984)

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.

The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.232-7006 Wide Area WorkFlow Payment Instructions.

As prescribed in 232.7004 (b), use the following clause:

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.

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

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.

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

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(3) WAWF/iRAPT Login Issues, e.g. activation of the User Account and the NATO Cage Code (Local Code) has to be requested from the Ogden Helpdesk by calling 001-801-605-7095; 001-866-618-5988; or by sending an email to disa.ogden.esd.mbx.cscassig@mail.mil.  

(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):

 (ii) For fixed price line items—

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

Invoice and Receiving Report (COMBO)

Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.)

Important: Select “EDA” on the entry page to pre-populate the form when creating a new document/invoice.

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

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

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF

Data to be entered in WAWF

Pay Official DoDAAC

FA87700

Issue By DoDAAC

FA5613

Admin DoDAAC**

FA5613

Inspect By DoDAAC

F3N609

Ship To Code

F3N609

Ship From Code

Mark For Code

Service Approver (DoDAAC)

FA5613

Service Acceptor (DoDAAC)

FA5613/ F3N609

Accept at Other DoDAAC

LPO DoDAAC

DCAA Auditor DoDAAC

Other DoDAAC(s)

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

IMPORTANT: 

Funded SubCLINs have to be invoiced –actual € and $ amounts have to be referenced in the description field of each CLIN

Foreign vendors shall enter their banking information in the Comments tab:

COMMENTS

SEPA Banking Information (Foreign Vendors Only):

Name of Bank:  --  IBAN:  --  BIC:

USE OF VALUE ADDED TAX FORMS (ABWICKLUNGSSCHEINE):

If payment will be made thru WAWF/iRAPT, it is the contractors responsibility to obtain the VAT form. 

VAT forms can be purchased at local book stores

Contractors shall mail the completed VAT form with a copy of the invoice and contract to the local paying office: Defense Finance and Accounting Service, Kleber Kaserne, Gebaeude 3200, ATTN: EU, Mannheimer Str. 218/219, 67657 Kaiserslautern/Germany

The DFAS Vendor Support Team will return the stamped VAT form to the contractor

DFAS Vendor Support: +49-631-411-6448

https://www.dfas.mil/contractorsvendors/dfas_europe.html

DFAS Customer Service: +49-631-411-6523

Email: DFAS-EUROPE-CUSTOMERSERVICE@MAIL.MIL

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

              (6)  WAWF email notifications.  The Contractor shall enter the e-mail address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

            joshua.maxwell.3@us.af.mil

            d_anfernee.pugh@us.af.mil

             

(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: Corinna Jackson, corinna.jackson.de@us.af.mil, Tel: +49-631-536-3410.      

              (2)  For technical WAWF help, contact the WAWF helpdesk at 001-866-618-5988.

(3) For PAYMENT ISSUES contact dfas.limestone-me.jaq.mbx.dfas-li-customer-inquiries@MAIL.MIL, or contact the DFAS Technician as shown on the Invoice/RR.

 (End of clause)

5352.201-9101 OMBUDSMAN (Jun 2016)

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 quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or

recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman.

Primary:

Mr. Eric Symanski

AFICA/KU, UNIT 3103, APO, AE 09094-3103

AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: eric.symanski@us.af.mil

Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025

Alternate:

Ms. Heidi Hoehn

AFICA/KU, UNIT 3103, APO, AE 09094-3103

AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil

Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025

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 (NOV 2012)

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.

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 [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.

For construction projects send the written request to either 86 CES/SABER (Ramstein projects) or 52 CES/SABER (Spangdahlem projects).

For services contracts, send the written request to the Contracting Officer Representative for your contract as designated in writing by the Contracting Officer.

SPECIFIC ACCESS REQUIREMENTS FOR CONTRACTS PERFORMED IN GERMANY

US CITIZENS:

US Citizens employed under contract with Technical Expert, Troop Care, Analytical Support, or Military Exigency status, are vetted for performance and base access through DOCPER. Go to the DOCPER Internet site at http://www.per.hqusareur.army.mil/cpd/docper for information not covered below, i.e., AE Reg 715-9 FAQs (Frequently Asked Questions), Informative presentations, and a wealth of other status-related info.

In accordance with the Exchange of Notes (dated 27 Mar 98) implementing the Provisions of Articles 72 and 73 of the German Supplementary Agreement (SA) to the North Atlantic Treaty Organization (NATO) Status of Forces Agreement (SOFA), non-German citizens of a NATO member country who perform services on US Government contracts shall not start work in Germany without meeting one of the following criteria:

Technical Expert Status accreditation (TESA)

Troop Care Status accreditation (TCSA)

Analytical Support Status accreditation (ASSA)

Military Exigency (ME) via TESA or ASSA

TESA/ASSA TDY

Exemption from German work permit ("fax back")

German work permit or compliance with European Union member nation exchange laws and regulations

Certificates of limited tax liability and a German work permit

In order to request status under paragraph (a)(1) through (a)(5) above, the contractor shall submit all subcontractor agreements which will be used for the Government's Contract Notification package to DoD Contractor Personnel Office (DOCPER). The contractor shall submit Technical Expert Status Accreditation (TESA)/Troop Care Status Accreditation (TCSA)/Analytical Support Status Accreditation (ASSA) application packages for any employees for which TESA/TCSA/ASSA is sought within three business days of the individual being hired.

The applications cited in paragraph (b) above shall be submitted by the contractor, by means of the DOCPER Contractor Online Processing System (DCOPS) through the contracting officer's appointed representative to DOCPER. DOCPER's contact information is available at the DOCPER Internet site http://www.per.hqusareur.army.mil/cpd/docper/GermanyDefault.aspx

A 10-week temporary TESA or ASSA may be granted by the US Government for purposes of Military Exigency (ME). ME is granted for time sensitive, mission critical positions for the purpose of permitting individual contract employees, who upon initial review of the application appear to meet the requirements of TESA or ASSA, to begin working in Germany prior to TESA/ASSA accreditation.

Current Common Access Card (CAC) procedures:

DOCPER issues the DD 1172-2.

The Contracting Officer’s Representative at the unit level (QAP/COR), as the Trusted Agent (TA), creates a Contractor Verification System (CVS) account for the contractor employee to enter and complete online personal information.

The employee takes a copy of the DD 1172-2 and proof of CVS entry into the database to the pass and identification issuing office to obtain CAC.

In addition to the contract clause AFFARS clause 5352.242-9001, CACs for Contractor Personnel, local policy directs the contractor to turn in CACs to the issuing office and provide written/signed documentation, by the Program Manager or equivalent, of the office and date CACs were returned for any actions defined in paragraphs (d) and (e). Contract clauses are located at http://farsite.hill.af.mil/VFFARa.HTM.

The contractor shall allow German government authorities to visit the contractor's work areas for the purpose of verifying the status of positions and personnel as Technical Expert (TE)/Troop Care (TC)/Analytical Support (AS) employees. Such visits will not excuse the contractor from performance under this contract or result in increased costs to the Government.

The contract price shall not be subject to an economic adjustment with regard to TESA/TCSA/ASSA in the event that

the contract and any or all positions identified in the contractor's proposal are disapproved for TESA/TCSA/ASSA; or

any or all positions submitted for TESA/TCSA/ASSA consideration during the life of the contract are disapproved for TESA/TCSA/ASSA; or

any or all contractor employees are denied TESA/TCSA/ASSA; or

TESA/TCSA/ASSA accreditation is rescinded during the life of the contract.

If the contractor's employees will be performing in the Federal Republic of Germany under the conditions identified in paragraphs (a)(6) through (a)(8) of this clause, DOCPER is not involved in the process.

RESIDENT OF EUROPEAN UNION OR NATO-MEMBER (i.e., Contractor and Contractor Employee): TEMPORARY BASE ACCESS OR CONTRACTS LESS THEN 90 DAYS IN DURATION:

Temporary pass issued if:

Contract period is less than 90 days

A favorable rating on the screening is not available for contract employee. Note: Once a favorable rating is received, the employee returns for issuance of a new pass for the total contract period requested in the original paperwork.

Required Documents:

17 Page questionnaire or 604-1B) must be filled out entirely for it to be of any use to us (addresses, phone numbers, zip codes etc)

Original and copy of Passports or Personal Ausweiss

Original and copy of PGCC (Police Good Conduct Certificate)

Attachments

Attachment 1 Provisions Document (shall be filled out and returned with your quotation, will not count against your page count)

Attachment 2 Tax Relief Alternate I (shall be filled out and returned with your quotation, will not count against your page count)

Attachment 3 Statement of Need

Contact Information

Contracting Office Address

  • AF BPN NO MILSBILLS PROCESSES UNIT 3076
  • APO , AE 09021-3076
  • USA

Primary Point of Contact

Secondary Point of Contact

History