Skip to main content

An official website of the United States government

You have 2 new alerts

Link-Belt HTC 8660II Crane Cylinder Repack

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: May 13, 2022 09:22 am CDT
  • Original Published Date: May 11, 2022 09:47 am CDT
  • Updated Date Offers Due: May 17, 2022 02:00 pm CDT
  • Original Date Offers Due: May 17, 2022 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 01, 2022
  • Original Inactive Date: Jun 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J038 - MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:

Description

The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida
intends to solicit and award a firm‐fixed price contract for the repack 4 Outrigger cylinders, 2
boom extension cylinders, and 1 boom lift cylinder belonging to 10D00167 a Link‐Belt HTC
8660II Crane The contractor shall repair these assets to the standard that meets the
requirements of this Statement of Work (SOW). This is a combined synopsis/solicitation for
commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6,
Streamlined Procedures for Evaluation and Solicitation for Commercial Services and Subpart
13.1, Procedures, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are being requested and a written
solicitation will not be issued. This requirement is a 100% Small Business Set‐Aside.
This is a Request for Quotation numbered FA2823‐22‐Q‐3005. The North American Industry
Classification System (NAICS) code for this acquisition is 811310 with a size standard of
$8,000,000.00. Please identify your business size in your response based upon this standard.
DESCRIPTION OF FIRM FIXED PRICE (FFP) REQUIREMENT: Service must be completed no later
than 45 days ARO after award, but expedited completion is encouraged.
CLIN 0001: Repack 7 hydraulic cylinders for 10D00167 a Link‐Belt HTC 8660II crane
The contractor shall provide all tools, equipment, supplies, and labor necessary to repack 4
Outrigger cylinders, 2 boom extension cylinders, and 1 boom lift cylinder.
The contractor shall repack and test the cylinders IAW ASME B30.5
96 LRS Base Maintenance section will complete the removal of the cylinders and transport
them to the repair facility for rebuild. The repair facility must be within 100 miles of Eglin AFB,
Florida.
Quoted Firm‐Fixed Price will be FOB Origin. 96 LRS Base Maintenance section will complete
the removal of the cylinders and transport them to the repair facility for rebuild.
All quotes must be in US Dollars.
In accordance with, FAR 52.212‐1(b)(4), offerors are reminded that as a minimum, offers must
show a technical description of the items being offered in sufficient detail to evaluate
compliance with the requirements in the solicitation. This may include product literature or
other documents, if necessary, to show the product meets technical requirements.
Table A‐1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Quote clearly meets the minimum requirements of the
solicitation.
Unacceptable Quote does not clearly meet the minimum requirements of the
solicitation.
Specific Instructions:
a. All offerors are required to complete and submit Representations and Certifications. Some of
the required representations and certifications are not listed in the System for Award
Management therefore Offerors will need to ensure that they have manually filled out any
representations and certifications that are not found in SAM, see Attachment #2 of this
solicitation.
BASIS FOR AWARD: In accordance with FAR 13.106‐1(a)(2), offerors are notified that the award
will be made to the responsible offeror whose quote, conforming to the solicitation, provides
the lowest evaluated price for a service meeting or exceeding the acceptability standards set
forth in the specifications (Lowest Priced Technically Acceptable Approach LPTA).
Offerors will be evaluated in accordance with FAR 13.106‐2(b). Offerors must submit quotations
for all services listed. Partial offers and offers for refurbished products will not be considered
for award.
The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2022‐05 effective 07 March 2022, DFARS last updated 18
March 2022 and AFFARS AFAC 2021‐0276. The North American Industry Classification
System (NAICS) code is 811310, with a Small Business Size Standard of $8,000,000.00. A
Firm‐ Fixed Price purchase order will be awarded.
PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the
following website: https://www.acquisition.gov
THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS
SOLICITATION AND ARE INCORPORATED BY REFERENCE:
52.204‐7 System for Award Management Oct 2018
52.204‐13 System for Award Management Maintenance. Oct 2018
52.204‐19 Incorporation by Reference of Representations and Certifications Dec 2014
52.207‐4 Economic Purchase Quantity‐Supplies Aug 1987
52.212‐1 Instructions to Offerors – Nov 2021
52.212‐3 Offeror Representations and Certification – Commercial Items 52.212‐4 Contract
Terms and Conditions‐Commercial Items Nov 2021
52.212‐4 Contract Terms and Conditions‐Commercial Items Nov 2021
52.232‐1 Payments Apr 1984
52.232‐8 Discounts for Prompt Payment Feb 2002
52.232‐11 Extras (Apr 1984)
52.232‐39 Unenforceability of Unauthorized Obligations June 2013
52.232‐40 Providing Accelerated Payments to Small Business Subcontractors Nov 2021
52.247‐29 F.o.b Origin. Feb 2006
252.203‐7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
252.203‐7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013
252.203‐7005 Representation Relation to Compensation of Former DoD Officials Nov 2011
252.204‐7003 Control of Government Personnel Work Product; Apr 1992
252.204‐7009 Limitations on the Use or Disclosure of Third‐Party Contractor Reported Cyber
Incident Information OCT 2016
252.204‐7015 Notice of Authorized Disclosure of Information for Litigation Support; May 2016
252.204‐7018 Prohibition of the Acquisition of Covered Defense Telecommunications
Equipment or Services (Jan 2021)
252.223‐7008 Prohibition of Hexavalent Chromium; Jun 2013
252.225‐7048 Export‐Controlled Items; Jun 2013
252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports; Dec 2018
252.232‐7010 Levies on Contract Payments; Dec 2006
252.232‐7017 Accelerating Paymens to Small Business Contractors‐Prohibition on Fees and
Considerations (Apr 2020)
252.243‐7001 Pricing of Contract Modifications; Dec 1991
252.244‐7000 Subcontracts for Commercial Items; and Jan 2021
252.247‐7023 Transportation of Supplies by Sea Feb 2019
THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS
SOLICITATION AND ARE PROVIDED IN FULL TEXT:
52.212‐5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders‐
Commercial Items.
Contract Terms and Conditions Required to Implement Statutes or Executive Orders‐
Commercial Items (Jan 2022)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses,
which are incorporated in this contract by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
(1) 52.203‐19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113‐235) and its successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204‐23, Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115‐
91).
(3) 52.204‐25, Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115‐232).
(4) 52.209‐10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(5) 52.233‐3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(6) 52.233‐4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108‐77 and
108‐78 ( 19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting
Officer has indicated as being incorporated in this contract by reference to implement
provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
_X_ (1) 52.203‐6, Restrictions on Subcontractor Sales to the Government (Nov 2021), with
Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203‐13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)).
__ (3) 52.203‐15, Whistleblower Protections under the American Recovery and Reinvestment
Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111‐5). (Applies to contracts funded by the
American Recovery and Reinvestment Act of 2009.)
_X_ (4) 52.204‐10, Reporting Executive Compensation and First‐Tier Subcontract Awards (Jun
2020) (Pub. L. 109‐282) ( 31 U.S.C. 6101 note).
__ (5) [Reserved].
__ (6) 52.204‐14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111‐117, section
743 of Div. C).
__ (7) 52.204‐15, Service Contract Reporting Requirements for Indefinite‐Delivery Contracts
(Oct 2016) (Pub. L. 111‐117, section 743 of Div. C).
_X_ (8) 52.209‐6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).
_X_ (9) 52.209‐9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018) (41 U.S.C. 2313).
__ (10) [Reserved].
__ (11) (i) 52.219‐3, Notice of HUBZone Set‐Aside or Sole‐Source Award (Sep 2021) (15 U.S.C.
657a).
__ (ii) Alternate I (Mar 2020) of 52.219‐3.
__ (12) (i) 52.219‐4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
(Sep 2021) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15
U.S.C. 657a).
__ (ii) Alternate I (Mar 2020) of 52.219‐4.
__ (13) [Reserved]
_X_ (14) (i) 52.219‐6, Notice of Total Small Business Set‐Aside (Nov 2020) (15 U.S.C. 644).
__ (ii) Alternate I (Mar 2020) of 52.219‐6.
__ (15) (i) 52.219‐7, Notice of Partial Small Business Set‐Aside (Nov 2020) (15 U.S.C. 644).
__ (ii) Alternate I (Mar 2020) of 52.219‐7.
__ (16) 52.219‐8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
__ (17) (i) 52.219‐9, Small Business Subcontracting Plan (Nov 2021) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Nov 2016) of 52.219‐9.
__ (iii) Alternate II (Nov 2016) of 52.219‐9.
__ (iv) Alternate III (Jun 2020) of 52.219‐9.
__ (v) Alternate IV (Sep 2021) of 52.219‐9
__ (18) (i) 52.219‐13, Notice of Set‐Aside of Orders (Mar 2020) (15 U.S.C. 644(r)).
__ (ii) Alternate I (Mar 2020) of 52.219‐13.
_X_ (19) 52.219‐14, Limitations on Subcontracting (Sep 2021) (15 U.S.C. 637(a)(14)).
___ (20) 52.219‐16, Liquidated Damages‐Subcontracting Plan (Sep 2021) (15 U.S.C.
637(d)(4)(F)(i)).
__ (21) 52.219‐27, Notice of Service‐Disabled Veteran‐Owned Small Business Set‐Aside (Sep
2021) (15 U.S.C. 657f).
_X_ (22) (i) 52.219‐28, Post Award Small Business Program Rerepresentation (Sep 2021) (15
U.S.C. 632(a)(2)).
__ (ii) Alternate I (MAR 2020) of 52.219‐28.
__ (23) 52.219‐29, Notice of Set‐Aside for, or Sole Source Award to, Economically
Disadvantaged Women‐Owned Small Business Concerns (Sep 2021) (15 U.S.C. 637(m)).
__ (24) 52.219‐30, Notice of Set‐Aside for, or Sole Source Award to, Women‐Owned Small
Business Concerns Eligible Under the Women‐Owned Small Business Program (Sep 2021) (15
U.S.C. 637(m)).
__ (25) 52.219‐32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C.
644(r)).
__ (26) 52.219‐33, Nonmanufacturer Rule (Sep 2021) (15U.S.C. 637(a)(17)).
_X_ (27) 52.222‐3, Convict Labor (Jun 2003) (E.O.11755).
_X_ (28) 52.222‐19, Child Labor‐Cooperation with Authorities and Remedies (Jan 2022)
(E.O.13126).
_X_ (29) 52.222‐21, Prohibition of Segregated Facilities (Apr 2015).
_X_ (30) (i) 52.222‐26, Equal Opportunity (Sep 2016) (E.O.11246).
__ (ii) Alternate I (Feb 1999) of 52.222‐26.
_X_ (31) (i) 52.222‐35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
__ (ii) Alternate I (Jul 2014) of 52.222‐35.
_X_ (32) (i) 52.222‐36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.
793).
__ (ii) Alternate I (Jul 2014) of 52.222‐36.
_X_ (33) 52.222‐37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
_X_ (34) 52.222‐40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496).
_X_ (35) (i) 52.222‐50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and
E.O. 13627).
__ (ii) Alternate I (Mar 2015) of 52.222‐50 (22 U.S.C. chapter 78 and E.O. 13627).
__ (36) 52.222‐54, Employment Eligibility Verification (Nov 2021). (Executive Order 12989). (Not
applicable to the acquisition of commercially available off‐the‐shelf items or certain other types
of commercial items as prescribed in 22.1803.)
__ (37) (i) 52.223‐9, Estimate of Percentage of Recovered Material Content for EPA–Designated
Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of
commercially available off‐the‐shelf items.)
__ (ii) Alternate I (May 2008) of 52.223‐9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the
acquisition of commercially available off‐the‐shelf items.)
__ (38) 52.223‐11, Ozone‐Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016) (E.O. 13693).
__ (39) 52.223‐12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air
Conditioners (Jun 2016) (E.O. 13693).
__ (40) (i) 52.223‐13, Acquisition of EPEAT®‐Registered Imaging Equipment (Jun 2014) (E.O.s
13423 and 13514).
__ (ii) Alternate I (Oct 2015) of 52.223‐13.
__ (41) (i) 52.223‐14, Acquisition of EPEAT®‐Registered Televisions (Jun 2014) (E.O.s 13423 and
13514).
__ (ii) Alternate I (Jun2014) of 52.223‐14.
__ (42) 52.223‐15, Energy Efficiency in Energy‐Consuming Products (May 2020) (42 U.S.C.
8259b).
__ (43) (i) 52.223‐16, Acquisition of EPEAT®‐Registered Personal Computer Products (Oct 2015)
(E.O.s 13423 and 13514).
__ (ii) Alternate I (Jun 2014) of 52.223‐16.
_X_ (44) 52.223‐18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun
2020) (E.O. 13513).
__ (45) 52.223‐20, Aerosols (Jun 2016) (E.O. 13693).
__ (46) 52.223‐21, Foams (Jun2016) (E.O. 13693).
__ (47) (i) 52.224‐3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).
__ (ii) Alternate I (Jan 2017) of 52.224‐3.
__ (48) 52.225‐1, Buy American‐Supplies (Nov 2021) (41 U.S.C. chapter 83).
__ (49) (i) 52.225‐3, Buy American‐Free Trade Agreements‐Israeli Trade Act (Nov 2021)(41
U.S.C.chapter83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001
note, Pub. L. 103‐182, 108‐77, 108‐78, 108‐286, 108‐302, 109‐53, 109‐169, 109‐283, 110‐138,
112‐41, 112‐42, and 112‐43.
__ (ii) Alternate I (Jan 2021) of 52.225‐3.
__ (iii) Alternate II (Jan 2021) of 52.225‐3.
__ (iv) Alternate III (Jan 2021) of 52.225‐3.
__ (50) 52.225‐5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
__ (51) 52.225‐13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations,
and statutes administered by the Office of Foreign Assets Control of the Department of the
Treasury).
__ (52) 52.225‐26, Contractors Performing Private Security Functions Outside the United States
(Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year
2008; 10 U.S.C. 2302Note).
__ (53) 52.226‐4, Notice of Disaster or Emergency Area Set‐Aside (Nov2007) (42 U.S.C. 5150).
__ (54) 52.226‐5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007)
(42 U.S.C. 5150).
__ (55) 52.229‐12, Tax on Certain Foreign Procurements (Feb 2021).
__ (56) 52.232‐29, Terms for Financing of Purchases of Commercial Items (Nov 2021) (41 U.S.C.
4505, 10 U.S.C. 2307(f)).
__ (57) 52.232‐30, Installment Payments for Commercial Items (Nov 2021) (41 U.S.C. 4505, 10
U.S.C. 2307(f)).
_X_ (58) 52.232‐33, Payment by Electronic Funds Transfer‐System for Award Management
(Oct2018) (31 U.S.C. 3332).
__ (59) 52.232‐34, Payment by Electronic Funds Transfer‐Other than System for Award
Management (Jul 2013) (31 U.S.C. 3332).
__ (60) 52.232‐36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
__ (61) 52.239‐1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (62) 52.242‐5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).
__ (63) (i) 52.247‐64, Preference for Privately Owned U.S.‐Flag Commercial Vessels (Nov 2021)
(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247‐64.
__ (iii) Alternate II (Nov 2021) of 52.247‐64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, that the Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
[Contracting Officer check as appropriate.]
_X_ (1) 52.222‐41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67).
__ (2) 52.222‐42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and
41 U.S.C. chapter 67).
__ (3) 52.222‐43, Fair Labor Standards Act and Service Contract Labor Standards‐Price
Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C.
chapter 67).
__ (4) 52.222‐44, Fair Labor Standards Act and Service Contract Labor Standards‐Price
Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).
__ (5) 52.222‐51, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐Requirements (May
2014) (41 U.S.C. chapter 67).
__ (6) 52.222‐53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services‐Requirements (May 2014) (41 U.S.C. chapter 67).
__ (7) 52.222‐55, Minimum Wages Under Executive Order 14026 (Jan 2022).
__ (8) 52.222‐62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).
__ (9) 52.226‐6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42
U.S.C. 1792).
(d) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in
excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of
this contract, and does not contain the clause at 52.215‐2, Audit and Records‐Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after final
payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made available for 3 years
after any resulting final termination settlement. Records relating to appeals under the disputes
clause or to litigation or the settlement of claims arising under or relating to this contract shall
be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of
this clause, the Contractor is not required to flow down any FAR clause, other than those in this
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause‐
(i) 52.203‐13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509).
(ii) 52.203‐19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113‐235) and its successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204‐23, Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115‐
91).
(iv) 52.204‐25, Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115‐232).
(v) 52.219‐8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in
all subcontracts that offer further subcontracting opportunities. If the subcontract (except
subcontracts to small business concerns) exceeds the applicable threshold specified in FAR
19.702(a) on the date of subcontract award, the subcontractor must include 52.219‐8 in lower
tier subcontracts that offer subcontracting opportunities.
(vi) 52.222‐21, Prohibition of Segregated Facilities (Apr 2015).
(vii) 52.222‐26, Equal Opportunity (Sep 2015) (E.O.11246).
(viii) 52.222‐35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
(ix) 52.222‐36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
(x) 52.222‐37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
(xi) 52.222‐40, Notification of Employee Rights Under the National Labor Relations Act (Dec
2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222‐
40.
(xii) 52.222‐41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
(xiii)
(A) 52.222‐50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O
13627).
(B) Alternate I (Mar 2015) of 52.222‐50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222‐51, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐Requirements
(May2014) (41 U.S.C. chapter 67).
(xv) 52.222‐53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services‐Requirements (May 2014) (41 U.S.C. chapter 67).
(xvi) 52.222‐54, Employment Eligibility Verification (Nov 2021) (E.O. 12989).
(xvii) 52.222‐55, Minimum Wages Under Executive Order 14026 (Jan 2022).
(xviii) 52.222‐62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).
(xix) (A) 52.224‐3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224‐3.
(xx) 52.225‐26, Contractors Performing Private Security Functions Outside the United States
(Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year
2008; 10 U.S.C. 2302 Note).
(xxi) 52.226‐6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226‐6.
(xxii) 52.247‐64, Preference for Privately Owned U.S.‐Flag Commercial Vessels (Nov 2021) (46
U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d)
of FAR clause 52.247‐64.
(2) While not required, the Contractor may include in its subcontracts for commercial
items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.252‐1 – SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998)
This solicitation incorporates one or more provisions by reference, with the same force and
effect as if they were given in full text. 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:
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 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):
(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 of a deliverable, submit the invoice and receiving report specified by
the Contracting Officer.
INVOICE AND RECEIVEING REPORT COMBO
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1,
which meets the requirements for the invoice and receiving report, or the applicable invoice
and receiving report, as specified by the Contracting Officer.
INVOICE AND RECEIVEING REPORT COMBO
(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.
(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 FA2823
Admin DoDAAC** FA2823
Inspect By DoDAAC F1T3BR
Ship To Code F1T3BR
(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.
Customer: david.chambers.11@us.af.mil
Contracting Officer: Mr. Paul Brinckhaus, paul.brinckhaus@us.af.mil
Contract Specialist: Chad Travis, chad.travis.1@us.af.mil
(2) Contact the WAWF helpdesk at 866‐618‐5988, if assistance is needed.
(End of Clause)
AFFARS Clauses Incorporated by Full Text
5352.201‐9101 AFTC Edwards Ombudsman 10/1/2019
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from
offerors, potential offerors, and others for this acquisition. When requested, the ombudsman
will maintain strict confidentiality as to the source of the concern. The existence of the
ombudsman does not affect the authority of the program manager, contracting officer, or
source selection official. Further, the ombudsman does not participate in the evaluation of
proposals, the source selection process, or the adjudication of protests or formal contract
disputes. The ombudsman may refer the interested party to another official who can resolve
the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns,
issues, disagreements, and/or recommendations to the contracting officer for resolution.
Consulting an ombudsman does not alter or postpone the timelines for any other processes
(e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee‐employer
actions, contests of OMB Circular A‐76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the
ombudsman,
(Primary)
Air Force Test Center Vice Commander
1 S Rosamond Blvd
Edwards AFB CA 93524
COMM: (661) 277‐2810
aftc.workflow@us.af.mil
Concerns, issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for
further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary
(ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330‐1060, phone
number (571) 256‐2395, facsimile number (571) 256‐2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date,
or clarify technical requirements. Such inquiries shall be
directed to the contracting officer.
(End of clause)
5352.223‐9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (OCT
2019)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document
that requires the use of a Class I ODS in the test, operation, or maintenance of any system,
subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test,
operation, or maintenance requirement that can only be met by use of a Class I ODS as part of
this contract/order.
[Note: This prohibition does not apply to manufacturing.]
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the
relevant product specification identified in AFI 32‐7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC‐11, CFC‐12, CFC‐13, CFC‐111, CFC‐112, CFC‐113, CFC‐114,
CFC‐115, CFC‐211, CFC‐212, CFC‐213, CFC‐214, CFC‐215, CFC‐216, and CFC‐217, and the blends
R‐500, R‐501, R‐502, and R‐503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet
the Air Force definition of a Class I ODS.]
(End of Clause)
5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (Oct 2019)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all
contractor personnel who make frequent visits to or perform work on the Air Force installation(s)
cited in the contract. Contractor personnel are required to wear or prominently display
installation identification badges or contractor-furnished, contractor identification badges while
visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting
officer listing the following: contract number, location of work site, start and stop dates, names
and SSN/Date of Birth /Drivers License #/State of employees and subcontractor employees
needing access to the base. The letter is required regardless of the length of visit and will also
specify the individual(s) authorized to sign for a request for base identification credentials or
vehicle passes. The Contracting Officer or Contracting Specialist will endorse request and then
send it to Security Forces via email for processing into the Security Forces database. Contractors
requiring base access for work, meetings or site visits must complete the Eglin CAB (Contractor
Access Badge) Affidavit. These documents can be hand delivered to the Eglin AFB East Gate
Visitor Control Center in a sealed envelope with a point of contact (POC) and phone number on
the front of the envelope.
Affidavits that are emailed must contain only one (1) affidavit attached per email. When
submitting multiple AFFIDAVITS each AFFIDAVIT has to be a separate file attachment to the
email. Do not exceed the email file size of 10 MB or the email may not be received. The email
subject line and document must read "FOUO LAST NAME, FIRST NAME". (Name is of the person
identified in the Affidavit).
Email to Security Forces at: 96sfs.s5b.passandreg@us.af.mil
Or you may also send the affidavit via U.S. Postal Service or FedEx to:
96 Security Forces Squadron
ATTN: 96 SFS/S5B Pass and Registration
302 West D Ave, Bldg 272
Eglin AFB FL 32542
Anticipate a three‐day lead time for Security Forces to process the documents and conduct the
required background check. Once the background check is complete, a copy will be returned to
the POC listed on the envelope. The prime contractor can provide paperwork for their
subcontractor(s) and submit as many documents per envelope as necessary.
(c) 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 social security card to obtain a vehicle pass. All deliveries to contractor work sites on Eglin
AFB main base must go through the North Gate, located off SR‐85 South. Trucks trying to enter
the East, West or the Northwest (old ACC) gate will be turned around and told to use the North
Gate. Contractors' work trucks carrying equipment and tools are also required to use the North
Gate.
(d) During performance of the contract, the contractor shall be responsible for obtaining
required identification for newly assigned personnel and for prompt return of credentials and
vehicle passes for any employee who no longer requires access to the work site. A new access
badge will not be issued when the old/expired badge is not returned to Security Forces. Any
lost badges have to be explained in writing using a company letter head, and signed by an
authorized company representative. The lost badge letter must be sent to the Contract
Specialist and then signed by the Contract Specialist or Contracting Officer, and then the letter
will be sent to Security Forces for their review.
After Security Forces has the letter a new badge may be issued.
(e) When work under this contract requires unescorted entry to controlled or restricted areas,
the contractor shall comply with AFI 31‐101, Volume 1, The Air Force Installation Security
Program, and AFI 31‐501, Personnel Security Program Management citing the appropriate
paragraphs as applicable.
(f) Upon completion or termination of the contract or expiration of the identification passes,
the prime contractor shall ensure that all base identification passes issued to employees and
subcontractor employees are returned to the issuing office.
(g) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
AFFARS 5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR
PERSONNEL (NOV 2012)
(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access
Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the
following criteria:
(1) Require logical access to Department of Defense computer networks and systems in either:
(i) the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work, which requires the use of a CAC for installation entry control or physical
access to facilities and buildings.
(b) Contractors and their personnel shall use the following procedures to obtain CACs:
(1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer.
The government will provide the contractor instruction on how to complete the Contractor
Verification System (CVS) application and then notify the contractor when approved.
(2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel
Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military
Personnel Flight (MPF).
(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall
wear or prominently display the CAC as required by the governing local policy.
(d) During the performance period of the contract, the contractor shall:
(1) Within 7 working days of any changes to the listing of the contract personnel authorized a
CAC, provide an updated listing to the contracting officer who will provide the updated listing
to the authorizing government official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a change
in status for contractor personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following a
CACs expiration date; and
(4) Report lost or stolen CACs in accordance with local policy/directives.
(e) Within 7 working days following completion/termination of the contract, the contractor shall
return all CACs issued to their personnel to the issuing office or the location specified by local
policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
All offers must list DUNS number, GAGE code, and Federal TIN with Company name, POC, and
phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit
https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database with the selected
NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work
Flow to receive payment through electronic funds transfer. If you are not currently registered, please
visit the following website https://wawf.eb.mil/ to complete your registration.
DEADLINE: Submit any questions to the attention of Mr. Chad Travis by email to
chad.travis.1@us.af.mil no later 11:00 AM CDT on 13 May 2022. Quotes must be submitted no
later than 17 May by 2:00 PM CDT.
Attachments:
1. Statement of Work dated 31 March 2021
2. Wage Determination dated 15 March 2022

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 850 882 5040 308 WEST D AVE BLDG 260 STE 130
  • EGLIN AFB , FL 32542-5418
  • USA

Primary Point of Contact

Secondary Point of Contact





History