Dental Clinic Water Sanitization, Sampling, Testing
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: Solicitation (Updated)
- Updated Published Date: Aug 09, 2023 07:46 am PDT
- Original Published Date: Jul 18, 2023 08:35 am PDT
- Updated Date Offers Due: Aug 15, 2023 10:00 am PDT
- Original Date Offers Due: Aug 08, 2023 10:00 am PDT
- Inactive Policy: Manual
- Updated Inactive Date: Aug 15, 2023
- Original Inactive Date: Aug 08, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
- NAICS Code:
- 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Place of Performance: Nellis AFB , NV 89191USA
Description
This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation will not be
issued.
1. The solicitation number is F3G4BA3191AW01. This solicitation is issued as a Request
for Proposal (RFP). A Firm Fixed Price type contract will be awarded.
2. The incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 2023-02, effective 16 March 2023
3. This combined synopsis/solicitation is being issued as Small Business set-aside, and
the associated NAICS code is 325998 - All Other Miscellaneous
Chemical Product and Preparation Manufacturing. Small Business Size Standard 650
Employees.
4. The Contractor shall furnish all personnel, labor, equipment, tools, materials, and
supervision, along with supplying all other necessary items to perform sanitization,
sample collection, and testing of the waterline units in the Dental Clinic’s Instrument
Processing Center at the Mike O’Callaghan Federal Medical Center (MOFMC) in
accordance with AAMI TIR34 guidelines.located at Nellis Air Force Base, Nevada
89191.
PLEASE SEE “ATTACHMENT 1 – SOW – “Sanitization, Sample Collection, and
Testing of Dental Waterline Service Contract” FOR MORE INFORMATION.
5. Period of Performance: 1 September 2023 - 31 August 2024
Location: Nellis AFB, NV
FOB Point: Destination
6. QUESTIONS AND ANSWERS. All questions must be submitted via email to SSG
Alexander Love-Gaunt at alexander.love_gaunt@us.af.mil and Cha-on Gordon at chaon.
gordon@us.af.mil.. The deadline for submitting questions is Tuesday 25 July 2023 at
10:00 am PST. Questions submitted after the aforementioned cutoff date will not be
reviewed or answered. Answers will be provided by Tuesday 1 August 2023 at 10:00
am PST. Offers are due no later than Tuesday, 15 August 2023 at 10:00am PST.
Only offers submitted electronically via email will be considered for this requirement.
Submit offers to SSG Alexander Love-Gaunt at alexander.love_gaunt@us.af.mil and
Cha-on Gordon at cha-on.gordon@us.af.mil. Please include the solicitation number,
F3G4BA3191AW01, in the Subject Line of the email to ensure prompt receipt of your
proposal. To ensure your quote along with any and all attachments are received,
attachment(s) must be less than 10 MB [in total]. It is the responsibility of the
offeror to contact the government to confirm receipt of the quote prior to the offer
due date and time.
7. The following provisions are incorporated by reference.
FAR 52.212-1, Instructions to Offerors – Commercial
FAR 52.212-4, Contract Terms and Conditions -- Commercial Item
FAR 52.247-34, FOB Destination
DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
8. The following provisions are incorporated by full-text.
52.212-1, Instructions to Offerors – Commercial, Addendum, applies to this
acquisition.
(1) FAR 52.212-1, paragraph (b)(8), is changed to read:
(8) Offerors must include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its offer.
(2) FAR 52.212-1, paragraph (c), is changed to read:
(c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for
90 calendar days from the date specified for receipt of offers.
(3) To be considered for this requirement, the offer must submit a complete Price Sheet.
Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit
price, the extended price and a total price for all CLINs. Please ensure that all prices,
extended prices and total prices are checked and verified for accuracy. DO NOT go two
(2) digits beyond the decimal point.
The Government has a right to retrieve past performance information through the
Government’s past performance databases, Federal Awardee Performance Integrity
Information System (FAPIIS) and Past Performance Information Retrieval System
(PPIRS). Any active exclusions will deem the contractor non-responsible, therefore,
the offeror will not be eligible for contract award.
An offeror determined to have an unsatisfactory performance record will be determined
non-responsible, therefore, the offeror will not be eligible for contract award.
In the case of an offeror without a record of relevant past performance or for whom
information on past performance is not available, the offeror will not be evaluated
favorably or unfavorably on past performance.
52.212-2, Evaluation – Commercial Items (NOV 2021)
(a) The Government will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous
to the Government, price and other factors considered. The following factors shall be
used to evaluate offers:
Factor 1 – Price
Factor 2 – Technical
All proposals will be graded by (1) Price, in order of their price rankings, lowest to
highest (2) Technical based on an Acceptable or Unacceptable rating; Evaluations will
cease once (1) lowest priced selected and along with (2) acceptable technical evaluation.
Factor 1 – Price. The Government shall conduct a price evaluation of offers receiving
an Acceptable Technical Rating. The Government will utilize an Abstract of Offers by
arranging offers from lowest price to highest price. The Government will evaluate an
offer by total price for the CLINS in Attachment 2: Dental Clinic Water Testing.
Factor 2 – Technical. To be determined technically acceptable the contractor shall
provide an offer that clearly meets the requirements of the Solicitation and the Statement
of Work.
Technical Acceptable/Unacceptable Ratings:
Rating Description
Acceptable
The proposal clearly demonstrates a
thorough understanding of the
requirements and describes an
approach to demonstrating how the
tasks will be accomplished in
accordance with the Statement of
Work.
Unacceptable The proposal does not demonstrate an
understanding of the requirement. A
demonstration of how the tasks will be
accomplished is not clearly defined.
If only one offer is received, the Government may use various price analysis techniques
and procedures to ensure a fair, reasonable, and realistic price. It is expected that the
competitive nature of this acquisition will drive price reasonableness and fairness.
Contract may be awarded to the offeror who is deemed responsible in accordance with
FAR Part 9.1, whose offer conforms to the solicitation’s requirements (to include all
stated terms, conditions, representations, certifications, and all other information required
by this RFP) and is judged, based on the evaluation.
The Government intends to evaluate proposals and award one (1) contract without
discussions with offerors. Therefore, the offeror’s initial proposal shall contain the
offeror’s best terms. The Government reserves the right to conduct discussions if the
Contracting Officer later determines them to be necessary.
A written notice of award or acceptance of an offer shall result in a binding contract
utilizing the offeror’s Acceptable proposal.
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the
same force and effect as if they were given in full text. Upon request, the Contracting
Officer will make their full text available. The offeror is cautioned that the listed
provisions may include blocks that must be completed by the offeror and submitted with
its quotation or offer. In lieu of submitting the full text of those provisions, the offeror
may identify the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation provision may
be accessed electronically at this/these address(es):
https://www.acquisition.gov
52.252-2, Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be accessed electronically at
this/these address(es):
https://www.acquisition.gov
FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Dec
2022)
The offeror shall complete only paragraphs (b) of this provision if the Offeror has
completed the annual representations and certification electronically via the System for
Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror
has not completed the annual representations and certifications electronically, the Offeror
shall complete only paragraphs (c) through (v) of this provision.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders – Commercial Items (Mar 2023)
(a) The Contractor shall comply with the following Federal Acquisition Regulation
(FAR) clauses, which are incorporated in this contract by reference, to implement
provisions of law or Executive orders applicable to acquisitions of commercial products
and commercial services:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality
Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the
Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its
successor provisions in subsequent appropriations acts (and as extended in continuing
resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services
Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)
(Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and
Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L.
115-232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
(Nov 2015).
(5) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public
Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the
Contracting Officer has indicated as being incorporated in this contract by reference to
implement provisions of law or Executive orders applicable to acquisitions of
commercial products and commercial services :
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun
2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (
41 U.S.C. 3509)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and
Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to
contracts funded by the American Recovery and Reinvestment Act of 2009.)
_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier
Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).
__ (5) [Reserved].
___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L.
111-117, section 743 of Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-
Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
_X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting
with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31
U.S.C. 6101 note).
___ (9) 52.209-9, Updates of Publicly Available Information Regarding
Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).
__ (10) [Reserved].
__ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Sep
2021) ( 15 U.S.C. 657a).
__ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small
Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so
indicate in its offer) ( 15 U.S.C. 657a).
__ (13) [Reserved]
_X_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15
U.S.C. 644).
__ (ii) Alternate I (Mar 2020) of 52.219-6.
__ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15
U.S.C. 644).
__ (ii) Alternate I (Mar 2020) of 52.219-7.
___ (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.
__ (19) 52.219-14, Limitations on Subcontracting (Sep 2021) ( 15 U.S.C. 637s).
__ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15
U.S.C. 637(d)(4)(F)(i)).
__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business
Set-Aside (Sep 2021) ( 15 U.S.C. 657f).
_X_ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation
(Sep 2021) ( 15 U.S.C. 632(a)(2)).
__ (ii) Alternate I (Mar 2020) of 52.219-28.
__ (23) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to,
Economically Disadvantaged Women-Owned Small Business Concerns (Sep 2021) ( 15
U.S.C. 637(m)).
__ (24) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-
Owned Small Business Concerns Eligible Under the Women-Owned Small Business
Program (Sep 2021) ( 15 U.S.C. 637(m)).
__ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar
2020) ( 15 U.S.C. 644(r)).
_X_ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).
_X_ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).
_X_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies
(Jan 2022) (E.O.13126).
_X_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X_ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).
__ (ii) Alternate I (Feb 1999) of 52.222-26.
__ (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.
___ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C.
4212).
___ (34) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O. 13496).
_X_ (35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C.
chapter 78 and E.O. 13627).
__ (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and
E.O. 13627).
___ (36) 52.222-54, Employment Eligibility Verification (Nov 2021) . (Executive
Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf
items or certain other types of commercial products or commercial services as prescribed
in FAR 22.1803.)
__ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for
EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)).
(Not applicable to the acquisition of commercially available off-the-shelf items.)
__ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming
Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).
_X_ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration
Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
__ (40) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment
(Jun 2014) (E.O.s 13423 and 13514).
__ (ii) Alternate I (Oct 2015) of 52.223-13.
__ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014)
(E.O.s 13423 and 13514).
__ (ii) Alternate I (Jun2014) of 52.223-14.
__ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020)
( 42 U.S.C. 8259b).
__ (43) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer
Products (Oct 2015) (E.O.s 13423 and 13514).
__ (ii) Alternate I (Jun 2014) of 52.223-16.
_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging
While Driving (Jun 2020) (E.O. 13513).
__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
___ (46) 52.223-21, Foams (Jun2016) (E.O. 13693).
__ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).
__ (ii) Alternate I (Jan 2017) of 52.224-3.
__ (48) 52.225-1, Buy American-Supplies (Nov 2021) ( 41 U.S.C. chapter 83).
__ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act
(Nov 2021) ( 41 U.S.C.chapter83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C.
3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302,
109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
__ (ii) Alternate I (Jan 2021) of 52.225-3.
__ (iii) Alternate II (Jan 2021) of 52.225-3.
__ (iv) Alternate III (Jan 2021) of 52.225-3.
__ (50) 52.225-5, Trade Agreements (Oct 2019) ( 19 U.S.C. 2501, et seq., 19
U.S.C. 3301 note).
_X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
(E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control
of the Department of the Treasury).
__ (52) 52.225-26, Contractors Performing Private Security Functions Outside the
United States (Oct 2016) (Section 862, as amended, of the National Defense
Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302Note).
__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (
42 U.S.C. 5150).
__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency
Area (Nov2007) ( 42 U.S.C. 5150).
__ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).
__ (56) 52.232-29, Terms for Financing of Purchases of Commercial Products
and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 2307(f)).
__ (57) 52.232-30, Installment Payments for Commercial Products and
Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 2307(f)).
_X_ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award
Management (Oct2018) ( 31 U.S.C. 3332).
__ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for
Award Management (Jul 2013) ( 31 U.S.C. 3332).
__ (60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).
__ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).
__ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15
U.S.C. 637(d)(13)).
__ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial
Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
__ (iii) Alternate II (Nov 2021) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services , that the Contracting Officer has indicated as being incorporated in
this contract by reference to implement provisions of law or Executive orders applicable
to acquisitions of commercial products and commercial services :
__X__ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C.
chapter67).
_X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (
29 U.S.C. 206 and 41 U.S.C. chapter 67).
_X_ (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).
_X_ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive
Order 14026 (Jan 2022).
_X_(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)
(E.O. 13706).
__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations
(Jun 2020) ( 42 U.S.C. 1792).
(d) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (d) if this contract was awarded using other than sealed bid ,
is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date
of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-
Negotiation.
(1) The Comptroller General of the United States, or an authorized representative
of the Comptroller General, shall have access to and right to examine any of the
Contractor’s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the
records, materials, and other evidence for examination, audit, or reproduction, until 3
years after final payment under this contract or for any shorter period specified in FAR
subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this
contract is completely or partially terminated, the records relating to the work terminated
shall be made available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation or the settlement of
claims arising under or relating to this contract shall be made available until such appeals,
litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting
procedures and practices, and other data, regardless of type and regardless of form. This
does not require the Contractor to create or maintain any record that the Contractor does
not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d)
of this clause, the Contractor is not required to flow down any FAR clause, other than
those in this paragraph (e)(1) in a subcontract for commercial products or commercial
services . Unless otherwise indicated below, the extent of the flow down shall be as
required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41
U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality
Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the
Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its
successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services
Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)
(Section 1634 of Pub. L. 115-91).
(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and
Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L.
115-232).
(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C.
637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If
the subcontract (except subcontracts to small business concerns ) exceeds the applicable
threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor
must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29
U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with
paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter
67).
(xiii) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C.
chapter 78 and E.O 13627).
(B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O.
13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor
Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -
Requirements (May2014) ( 41 U.S.C. chapter 67).
(xv) 52.222-53, Exemption from Application of the Service Contract Labor
Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C.
chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (Nov 2021) (E.O. 12989).
(xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive
Order 14026 (Jan 2022).
(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)
(E.O. 13706).
(xix) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xx) 52.225-26, Contractors Performing Private Security Functions Outside the
United States (Oct 2016) (Section 862, as amended, of the National Defense
Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun
2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR
clause 52.226-6.
(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance
with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for
commercial products and commercial services a minimal number of additional clauses
necessary to satisfy its contractual obligations.
(End of clause)
FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR
Chapter 1) clause with an authorized deviation is indicated by the addition of
"(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the
regulation.
252.232-7006, Wide Area Workflow Payment Instructions (DEC 2018)
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that
uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for
creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when
payment certification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003 ,
Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system is the method to electronically process
vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003,
Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award
Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step
procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the
WAWF Web-Based Training Course and use the Practice Training Site before submitting
payment requests through WAWF. Both can be accessed by selecting the “Web Based
Training” link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via web
entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information
when submitting payment requests and receiving reports in WAWF for this
contract/order:
(1) Document type. The Contractor shall use the following document type(s).
(ii) For fixed price line items—
Invoice 2 in 1
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR)
52.213-1 is included in the contract.
(3) Document routing. The Contractor shall use the information in the Routing Data
Table below only to fill in applicable fields in WAWF when creating payment requests
and receiving reports in the system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F87700
Issue By DoDAAC FA4861
Admin DoDAAC FA4861
Inspect By DoDAAC F3G5FA
Service Approver DODAAC F3G5FA
Service Acceptor DoDAAC F3G5FA
--------------------------------------------------------------------------------------------
(4) Payment request. The Contractor shall ensure a payment request includes
documentation appropriate to the type of payment request in accordance with the
payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7,
Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the
requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the
following contracting activity's WAWF point of contact.
N/A
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
AFFARS 5352.201-9101, Ombudsman (Oct 2019)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns
from offerors, potential offerors, and others for this acquisition. When requested, the
ombudsman will maintain strict confidentiality as to the source of the concern. The
existence of the ombudsman does not affect the authority of the program manager,
contracting officer, or source selection official. Further, the ombudsman does not
participate in the evaluation of proposals, the source selection process, or the adjudication
of protests or formal contract disputes. The ombudsman may refer the interested party to
another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their
concerns, issues, disagreements, and/or recommendations to the contracting officer for
resolution. Consulting an ombudsman does not alter or postpone the timelines for any
other processes (e.g., agency level bid protests, GAO bid protests, requests for
debriefings, employee-employer actions, contests of OMB Circular A-76 competition
performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may
contact the ombudsman, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114
Thompson Street, Bldg 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-
5372 (DSN 574-5372) email: acc.a7k1@us.af.mil. Concerns, issues, disagreements, and
recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC
ombudsman level, may be brought by the interested party for further consideration to the
Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting),
SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571)
256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due
date, or clarify technical requirements. Such inquiries shall be directed to the contracting
officer.
(End of clause)
5352.242-9000, Contractor Access to Air Force Installations (OCT 2019)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all
contractor personnel who make frequent visits to or perform work on the Air Force
installation(s) cited in the contract. Contractor personnel are required to wear or
prominently display installation identification badges or contractor-furnished, contractor
identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting
officer listing the following: contract number, location of work site, start and stop dates,
and names of employees and subcontractor employees needing access to the base. The
letter will also specify the individual(s) authorized to sign for a request for base
identification credentials or vehicle passes. The contracting officer will endorse the
request and forward it to the issuing base pass and registration office or Security Forces
for processing. When reporting to the registration office, the authorized contractor
individual(s) should provide a valid driver s license, current vehicle registration, valid
vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining
required identification for newly assigned personnel and for prompt return of credentials
and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted
areas, the contractor shall comply with AFI 31-101, Integrated Defense, and
DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program as
applicable.
(e) Upon completion or termination of the contract or expiration of the identification
passes, the prime contractor shall ensure that all base identification passes issued to
employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
List of Attachments
Attachment 1- Statement of Work for Water System Service Contract
Attachments/Links
Contact Information
Contracting Office Address
- ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
- NELLIS AFB , NV 89191-7063
- USA
Primary Point of Contact
- Alexander Love-Gaunt
- alexander.love_gaunt@us.af.mil
- Phone Number 7026529179
Secondary Point of Contact
- Cha-on P. Gordon
- cha-on.gordon@us.af.mil
- Phone Number 7026529444
History
- Aug 15, 2023 08:55 pm PDTSolicitation (Updated)
- Aug 07, 2023 09:51 am PDTSolicitation (Updated)
- Jul 18, 2023 08:35 am PDTSolicitation (Original)