REFUSE
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: Sep 09, 2022 07:53 am HST
- Original Published Date: Sep 04, 2022 08:52 am HST
- Updated Date Offers Due: Sep 12, 2022 09:30 am HST
- Original Date Offers Due: Sep 12, 2022 09:30 am HST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 27, 2022
- Original Inactive Date: Sep 27, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
- NAICS Code:
- 562111 - Solid Waste Collection
- Place of Performance: HIUSA
Description
RFQ No. W912CN-22-Q-0063
September 4, 2022
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. This acquisition is conducted
using FAR 13.5 - Simplified Procedures for Certain Commercial Items.
(ii) Competitive quotes are being requested under Request for Quote (RFQ) Number
W912CN-22-Q-0063.
(iii) This solicitation document incorporates provisions and clauses are those in effect
through Federal Acquisition Circular FAC 2022-06, Effective: May 26, 2022.
(iv) The North American Industry Classification System (NAICS) code applicable to this
acquisition is 562111 Solid Waste Collection. The small business size standard is $41,500.00. This
procurement is is Full and Open Competition. Quotes submitted by Small Business Concerns and
non-Small Business Concerns will be accepted by the Government.
(v)A list ofcontract line item number(s) and items, quantities, and units ofmeasure:
CLIN: 0001 DESCRIPTION OF REQUIREMENTS: REFUSE
EXTENDED DESCRIPTION: The contractor shall provide Refuse: Delivery, Supply, Service. Reference
"Attachment 1 PWS" for more details.
QTY: 25
Unit oflssue: Job
Unit Price: Extended Price:
To be considered acceptable and eligible for award, quotes must be complete and including all ofthe
items in accordance with the attached "Attachment 1: PWS." The Government will not consider quotes
or offers for partial items or quantities.
(vi) Contractors shall review the "Attachment 1: PWS" for the full description ofrequirements.
(vii)Date(s) and place(s) ofdelivery and acceptance and FOB point:
The expected Delivery Date for this effort is: no later than 4 October 2022. Please include
estimated delivery timeframe in quote.
Delivery locations for all CLINs:
Please see "Attachment 1: PWS" for delivery locations
(viii) OFFEROR INSTRUCTIONS
RFQ No. W912CN-22-Q-0063
September 4, 2022
The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services
(NOV 2021), applies to this acquisition. The Government intends to award a Firm-Fixed-Price
contract resulting from this solicitation to the responsible offeror whose quotation conforming to
the solicitation is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR
AWARD' Section below. A complete quote must be received for consideration. Respond to each item
listed below, ifthe response is ''None" or ''Not applicable," explicitly state and explain. The
Government may consider quotes that fail to address or follow all instructions to be non-responsive
and ineligible for contract award. A complete quote includes a response and submission to each of
the following:
1. General Information: Offeror Business Name, Address,Cage, and Unique Entity ID (lJEID) Codes
(ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type
ofSmall Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point
ofContact (to include telephone and e-mail address) and provide a GSA contract number ifsome or
all items proposed are on the GSA schedule.
2. Price Quote: The quoter shall submit complete pricing for each CLIN listed in the
"Description of Requirements" Section above to include the unit price and the extended price for
each line item and a total price in US Dollars ($). All options must be priced; partial quotes will
not be accepted.
3. Technical Capability ofthe quoted item to meet the attached salient characteristics.
Contractors shall submit product literature that demonstrates the products ability to meet or
exceed the functional, physical, or salient characteristics attached to this Request for Quote.
4. Past Performance: The Government will consider data available in the statistical reporting
module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance
history for the Federal supply class (FSC) and product or service code (PSC) ofthe supplies being
purchased:
a. DFARS Provision 252.213-7000 Use ofSupplier Performance Risk System (SPRS) in Past
Performance Evaluation in Past Performance Evaluations (SEP 2019) will be used to supplement the
technical evaluation. A full text ofthe provision is located below (under section ''xiii").
(ix) Evaluation Factors for Award: In lieu ofthe provision at 52.212-2 Evaluation-Commercial
Products and Commercial Services, the specific evaluation criteria included are price and past
performance as defined below:
Factor I-Technical Acceptability: The Government will evaluate the quote to see ifthe quotation and
product documentation meet or exceed the specification requirements identified in "Attachment 1:
Salient Characteristics." Additionally, all other required information (identified in "Offeror
Instructions") must be provided to constitute a complete quote.
Factor II - Price: The Government will evaluate the total price to determine ifit is fair and
reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price
for all line items. The total firm fixed-price shall include all applicable taxes and all
associated price as outlined in paragraph (v) above. If competitive quotes are not received, the
Government reserves the right to utilize other methods identified in the FAR to determine price
reasonableness.
**Basis for Award: The Government intends to award a firm-fixed-price contract to the responsible
offeror meeting solicitation requirements, such as terms and conditions, representations, and
certifications in order to be eligible for award. The vendor must be actively registered in the
System for Award Management (SAM) at the time ofoffer submission. The award decision will be based
on whether the lowest priced ofthe quotations or offers meets or exceeds the criteria outlined on
"Attachment 1: Salient Characteristics". The decision will also include a review and evaluation
ofrecords in the Supplier Performance Risk System (SPRS). In order to arrive at the best value
determination, the Government reserves the right to resolve quote deficiencies with one, some, or
all contractors at
RFQ No. W912CN-22-Q-0063
September 4, 2022
its discretion. Additionally, the quote will be evaluated for a fair and reasonable price. The
Government reserves the right to award no contract at all, depending on the quality ofquotes
submitted and availability offunds.
(x) Offerors must include a completed copy ofthe provision at 52.212-3 Alt I, Offeror
Representations and Certifications -- Commercial Products and Commercial Services, with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial
Services (NOV 2021), applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Products and Commercial Services (MAY 2022), applies to this
acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses
and provisions. The clauses can be accessed in full text at
https://www.acquisition.gov/content/regulations.
The following additional FAR clauses and provisions are applicable to this acquisition: 52.204-7
System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13
System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and
Government Entity Code Maintenance AUG 2020
52.204-19 Incorporation by Reference ofRepresentations and Certifications DEC 2014 52.204-20
Predecessor ofOfferor AUG 2020
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment NOV 2021
52.204-25 Prohibition ofContracting for Certain Telecomunications and Video Surveillance Services
or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services-Representation OCT 2020
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment NOV 2021
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
under any Federal Law FEB 2016
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services MAY
2022 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial
Services--Alternate I NOV 2021
52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services NOV 2021
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive
Orders-Commercial Products and Commercial Services MAY 2022
52.219-28 Post-Award Small Business Program Rerepresentation SEP 2021
52.219-29 Notice ofSet-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned
Small Business Concerns (SEP 2021)
52.222-19 Child Labor-Cooperation with Authorities and Remedies JAN 2022 52.222-21 Prohibition
ofSegregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-50 Combating Trafficking
in Persons NOV 2021
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.225-13
Restrictions on Certain Foreign Purchases FEB 2021
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran - Representation and Certifications JUN 2020
RFQ No. W912CN-22-Q-0063
September 4, 2022
52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 52.232-40
Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.233-3 Protest after
Award AUG 1996
52.233-4 Applicable Law for Breach ofContract Claim OCT 2004
52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels NOV 2021
The following additional DFARS provisions and clauses are applicable to the acquisition:
252.203-7000 Requirements Relating to Compensation ofFormer DoD Officials SEP 2011 252.203-7002
Requirement to Inform Employees ofWhistleblower Rights SEP 2013 252.203-7005 Representation
Relating to Compensation ofFormer DoD Officials NOV 2011 252.204-7003 Control ofGovernment
Personnel Work Product APR 1992
252.204-7015 Notice ofAuthorized Disclosure oflnformation for Litigation Support
MAY2016252.204-7017 Prohibition on the Acquisition ofCovered Defense Telecommunications Equipment
or Services-Representation MAY2021
252.204-7018 Prohibition on the Acquisition ofCovered Defense Telecommunications Equipment or
Services JAN 2021
252.204-7019 Notice ofNIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.211-7003 Item
Unique Identification and Valuation MAR 2022
252.211-7008 Use ofGovernment-Assigned Serial Numbers SEP 2010
252.213-7000 Notice to Prospective Suppliers on Use ofSupplier Performance Risk System in Past
Performance Evaluations SEP 2019
252.223-7008 Prohibition ofHexavalent Chromium JUN 2013
252.225-7000 Buy American - Balance ofPayments Program Certificate (NOV 2014) 252.225-7001 Buy
American and Balance ofPayments Program-Basic MAR 2022 252.225-7012 Preference for Certain Domestic
Commodities APR 2022
252.225-7048 Export-Controlled Items JUNE 2013
252.225-7972 Prohibition on the Procurement ofForeign-Made Unmanned Aircraft Systems. (DEVIATION
2020- 00015) MAY 2020
252.225-7973 Prohibition on the Procurement ofForeign-Made Unmanned Aircraft
Systems-Representation. (DEVIATION 2020-00015) MAY2020
252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro Regime
(DEVIATION 2020-00005)" FEB 2020
252.232-7003 Electronic Submission ofPayment Requests and Receiving Reports DEC 2018 252.232-7006
Wide Area WorkFlow Payment Instructions DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and
Consideration APR 2020
252.244-7000 Subcontracts for Commercial Items JAN 2021
252.246-7004 Safety ofFacilities, Infrastructure, and Equipment for Military Operations OCT 2010
252.246-7008 Sources ofElectronic Parts MAY2018
252.213-7000 Use ofSupplier Performance Risk System (SPRS) in Past Performance Evaluation in Past
Performance Evaluations Applies (SEP 2019)
(a) The Supplier Performance Risk System (SPSR) application
(https://www.sprs.csd.disa.mil) will be used in the evaluation ofsuppliers' past performance in
accordance with DFARS 213.106-2 (b)(i).
(b) SPRS collects quality and delivery data on previously awarded contracts and orders from
existing Department ofDefense reporting systems to classify each supplier's performance history by
Federal supply class (FSC) and product or service code (PSC). The SPRS application provides the
contracting officer quantifiable past
RFQ No. W912CN-22-Q-0063
September 4, 2022
performance information regarding a supplier's quality and delivery performance for the FSC and PSC
ofthe supplies being purchased.
(c) The quality and delivery classifications identified for a supplier in SPRS will be used by the
contracting officer to evaluate a supplier's past performance in conjunction with the supplier's
references (ifrequested) and other provisions ofthis solicitation under the past performance
evaluation factor. The Government reserves the right to award to the supplier whose quotation or
offer represents the best value to the Government.
(d) SPRS classifications are generated monthly for each contractor and can be reviewed by following
the access instructions in the SPRS User's Manual found at
lttps://www.sprs.csd.disa.mil/reference.htm. Contractors are granted access to SPRS for their own
classifications only. Suppliers are encouraged to review their own classifications, the SPRS
reporting procedures and classification methodology detailed in the SPRS User's Manual, and SPRS
Evaluation Criteria available from the references
at https://www.sprs.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf. The method to challenge a
rating generated by SPRS is provided in the User's Manual.
(End ofprovision)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment (Nov 2021)
The Offeror shall not complete the representation at paragraph (d)(l) ofthis provision ifthe
Offeror has represented that it "does not provide covered telecommunications equipment or services
as a part ofits offered products or services to the Government in the performance ofany contract,
subcontract, or other contractual instrument" in paragraph (c)(l) in the provision at 52.204-26,
Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) ofthe
provision at 52.212-3, Offeror Representations and Certifications Commercial Products or
Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) ofthis
provision ifthe Offeror has represented that it "does not use covered telecommunications equipment
or services, or any equipment, system, or service that uses covered telecommunications equipment or
services" in paragraph (c)(2) ofthe provision at 52.204-26, or in paragraph (v)(2)(ii) ofthe
provision at 52.212-3.
(a) Definitions. As used in this provision-
Backhaul, covered telecommunications equipment or services, critical technology, interconnection
arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings
provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and
Video Surveillance Services or Equipment.
(b) Prohibition. (1) Section 889(a)(l)(A) ofthe John S. McCain National Defense Authorization Act
for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head ofan executive agency on or after August
13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain,
any equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component ofany system, or as critical technology as part ofany system.
Nothing in the prohibition shall be construed to-
(i) Prohibit the head ofan executive agency from procuring with an entity to provide a service that
connects to the facilities ofa third-party, such as backhaul, roaming, or interconnection
arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot
permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(l)(B) ofthe John S. McCain National Defense Authorization Act for Fiscal Year
2019 (Pub. L. 115-232) prohibits the head ofan executive agency on or after August 13, 2020, from
entering into a contract or extending or renewing a contract with an entity that uses any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component ofany system, or as critical technology as part ofany system.
This prohibition applies to the use ofcovered telecommunications equipment or services, regardless
ofwhether that use is in performance ofwork under a Federal contract. Nothing in the prohibition
shall be construed to---
(i) Prohibit the head ofan executive agency from procuring with an entity to provide a service that
connects to the facilities ofa third-party, such as backhaul, roaming, or interconnection
arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot
permit visibility into any user data or packets that such equipment transmits or otherwise handles.
RFQ No. W912CN-22-Q-0063
September 4, 2022
(c) Procedures. The Offeror shall review the list ofexcluded parties in the System for Award
Management (SAM) ( https://www.sam.gov) for entities excluded from receiving federal awards for
"covered telecommunications equipment or services".
(d) Representation. The Offeror represents that-
(1) It□ will,□ will not provide covered telecommunications equipment or services to the Government
in the performance ofany contract, subcontract or other contractual instrument resulting from this
solicitation. The Offeror shall provide the additional disclosure information required at paragraph
(e)(l) ofthis section ifthe Offeror responds "will" in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes ofthis representation, the Offeror
represents that-
It□ does,□ does not use covered telecommunications equipment or services, or use any equipment,
system, or service that uses covered telecommunications equipment or services. The Offeror shall
provide the additional disclosure information required at paragraph (e)(2) ofthis section ifthe
Offeror responds "does" in paragraph (d)(2) ofthis section.
(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(l) ofthis provision. Ifthe
Offeror has responded "will" in the representation in paragraph (d)(l) ofthis provision, the
Offeror shall provide the following information as part ofthe offer:
(i) For covered equipment-
(A) The entity that produced the covered telecommunications equipment (include entity name, unique
entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM)
or a distributor, ifknown);
(B) A description of all covered telecommunications equipment offered (include brand; model number,
such as OEM number, manufacturer part number, or wholesaler number; and item description, as
applicable); and
(C) Explanation ofthe proposed use ofcovered telecommunications equipment and any factors relevant
to determining ifsuch use would be permissible under the prohibition in paragraph (b)(1) ofthis
provision.
(ii) For covered services-
(A) Ifthe service is related to item maintenance: A description ofall covered telecommunications
services offered (include on the item being maintained: Brand; model number, such as OEM number,
manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) Ifnot associated with maintenance, the Product Service Code (PSC) ofthe service being provided;
and explanation ofthe proposed use ofcovered telecommunications services and any factors relevant
to determining ifsuch use would be permissible under the prohibition in paragraph (b)(1) ofthis
provision.
(2) Disclosure for the representation in paragraph (d)(2) ofthis provision. Ifthe Offeror has
responded "does" in the representation in paragraph (d)(2) ofthis provision, the Offeror shall
provide the following information as part ofthe offer:
(i) For covered equipment-
(A) The entity that produced the covered telecommunications equipment (include entity name, unique
entity identifier, CAGE code, and whether the entity was the OEM or a distributor, ifknown);
(B) A description of all covered telecommunications equipment offered (include brand; model number,
such as OEM number, manufacturer part number, or wholesaler number; and item description, as
applicable); and
(C) Explanation ofthe proposed use ofcovered telecommunications equipment and any factors relevant
to determining ifsuch use would be permissible under the prohibition in paragraph (b)(2) ofthis
provision.
(ii) For covered services-
(A) Ifthe service is related to item maintenance: A description ofall covered telecommunications
services offered (include on the item being maintained: Brand; model number, such as OEM number,
manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) Ifnot associated with maintenance, the PSC ofthe service being provided; and explanation ofthe
proposed use ofcovered telecommunications services and any factors relevant to determining ifsuch
use would be permissible under the prohibition in paragraph (b)(2) ofthis provision.
(End ofprovision) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same
force and effect as if they were given in full text. Upon request, the Contracting Officer will
make their full text available. The offeror
RFQ No. W912CN-22-Q-0063
September 4, 2022
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
(End of provision)
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
(End of clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely
identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in
Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment
certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003 , Electronic
Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor
payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation
Supplement
(DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award Management at
https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for
self registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based
Training Course and use the Practice Training Site before submitting payment requests through WAWF.
Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at
https://wawf.eb.mil/
(e) WAWF methods ofdocument submission. Document submissions may be via web entry, Electronic Data
Interchange, or File Transfer Protocol.
RFQ No. W912CN-22-Q-0063
September 4, 2022
(t) WAWF payment instructions. The Contractor shall use the following information when submitting
payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document
type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items-
(A) That require shipment ofa deliverable, submit the invoice and receiving report specified by the
Contracting Officer.
COMBO
(B) For services that do not require shipment ofa deliverable, submit either the Invoice 2inl,
which meets the requirements for the invoice and receiving report, or the applicable invoice and
receiving report, as specified by the Contracting Officer.
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial item financing, submit a commercial item financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is
included in the contract.
[Note: The Contractor may use a WAWF "combo" document type to create some combinations ofinvoice
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: tba Pay Official DoDAAC: tba Issue By DoDAAC: tba Admin DoDAAC: tba Inspect By
DoDAAC: tba Ship To Code: tba
(4) Payment request. The Contractor shall ensure a payment request includes documentation
appropriate to the type ofpayment 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 ofDFARS
Appendix F.
(g) WAWF point ofcontact.
RFQ No. W912CN-22-Q-0063
September 4, 2022
(I) The Contractor may obtain clarification regarding invoicing in WAWF from the following
contracting activity's WAWF point of contact.
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this
requirement.
(xv) DUE DATE AND SUBMISSION INFORMATION
Formatting Requirements: Submit quotes in electronic PDF
Questions Due Date and Submission Requirements: All questions must be received before September 7,
2022@ 1500HRS, Hawaii Time. Questions must be e-mailed to shirl.m.rivera.civ@army.mil. Include
W912CN-22-Q-0063 on all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on September 12, 2022 @ 0930hrs Hawaii
Time.
(xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract
Specialist Shirl Rivera at shirl.m.rivera.civ@army.mil. Reference RFQ# W912CN-22-Q-0063 on all
email exchanges
regarding this acquisition.
Attachments/Links
Contact Information
Contracting Office Address
- KO DIRECTORATE OF CONTRACTING 536 PALM CIRCLE DR BLDG T 122
- FORT SHAFTER , HI 96858-5025
- USA
Primary Point of Contact
- Shirl Rivera
- shirl.m.rivera.civ@army.mil
- Phone Number 8087870970
Secondary Point of Contact
History
- Oct 04, 2022 05:56 pm HSTCombined Synopsis/Solicitation (Updated)
- Sep 12, 2022 04:16 pm HSTCombined Synopsis/Solicitation (Updated)
- Sep 09, 2022 03:06 pm HSTCombined Synopsis/Solicitation (Updated)
- Sep 09, 2022 07:56 am HSTCombined Synopsis/Solicitation (Updated)
- Sep 09, 2022 07:53 am HSTCombined Synopsis/Solicitation (Updated)
- Sep 04, 2022 08:52 am HSTCombined Synopsis/Solicitation (Original)