Washington Bids > Bid Detail

Preventive Maintenance and Unscheduled Repairs of Miscellaneous Food Processing Equipment Commissary Group 16

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159467812419675
Posted Date: Aug 29, 2023
Due Date: Sep 13, 2023
Solicitation No: HQC00423Q0019
Source: https://sam.gov/opp/e8980e24ac...
Follow
Preventive Maintenance and Unscheduled Repairs of Miscellaneous Food Processing Equipment Commissary Group 16
Active
Contract Opportunity
Notice ID
HQC00423Q0019
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE COMMISSARY AGENCY (DECA)
Office
DEFENSE COMMISSARY AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 29, 2023 10:57 am EDT
  • Original Date Offers Due: Sep 13, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J073 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    WA
    USA
Description

Defense Commissary Agency RFQ# HQC00423Q0019



This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. HQC00423Q0019 is a solicitation being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 dated August 8, 2023. This requirement is being solicited as a 100% small business set-aside under the North American Industry Classification System (NAICS) code 811310 with a small business size standard of $12.5 million.



Description of Commercial Services: This requirement is for the acquisition of preventive maintenance (PM) and unscheduled repairs of miscellaneous food processing (MFP) equipment located at the Fort Lewis, McChord Field, Smokey Point and Whidbey Island commissary locations. The MFP equipment consists of mixer grinder systems, conveyor systems, meat saws, ovens, proofers, meat choppers, bulkers, tenderizers, rotisseries, and slicers. The equipment quantities located at each commissary store can be found in the attached MFP Equipment Listing (Attachment 1). A complete description of each listed equipment item can be found in the attached commissary equipment descriptions (CEDs) (Attachments 2 through 16). PMs will be performed quarterly on the equipment identified in section 1.2 subsection D of the performance work statement (PWS) (Attachment 17). Additionally, the PWS provides the performance objectives and elements required for this acquisition. The period of performance for this requirement is anticipated to be January 01, 2024 – December 31, 2024 with the consideration of up to four option years. A firm fixed-price contract is expected for this requirement. There is no commitment by the Government to be responsible for any monies expended by industry responses to this RFQ.



Quote Requirements: Each quoter shall submit a completed MFP Group 16 CLIN Pricing (Attachment 18), a written technical narrative detailing how they intend to perform the requested service, past performance references, and completed copies of the provisions listed in the “Required Quoter Completed Provisions and Clauses” section below. Quotes shall be valid for 90 days after the RFQ closing date.



Quotes are due by September 13, 2023, 5:00 PM ET. All questions/inquiries must be submitted to the contract specialist and contracting officer via electronic mail (e-mail) not later than 5:00 PM ET on September 06, 2023. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit quotes or any questions to the attention of Kyle Aleshire and copy to Evelyn Settles via email to: Kyle.Aleshire@deca.mil and Evelyn.Settles@deca.mil respectively.





Period of Performance:



Base Year: January 01, 2024 – December 31, 2024



Option Year 1: January 01, 2025 – December 31, 2025



Option Year 2: January 01, 2026 – December 31, 2026



Option Year 3: January 01, 2027 – December 31, 2027



Option Year 4: January 01, 2028 – December 31, 2028



The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.



The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The following factors shall be used to evaluate quotes:





Factor 1 – Technical Acceptability of the Service



Factor 2 – Price



Factor 3 – Past Performance





Technical Acceptability of the Service Evaluation: Each quoter shall submit a written technical narrative detailing how they intend to perform the requested service. The submitted narrative will be rated based on how well the narrative meets the standards described in section three of the performance work statement (PWS). The service will be rated on an acceptable/unacceptable basis.





The quoter’s price, the total price for all items, will be evaluated to determine whether it represents a fair market price in accordance with FAR 13.106-3(a).





Past Performance Evaluation: Each quoter is required to submit their past performance references. Performance reviews under DeCA, or other Federal agency, contracts provided by the references identified in the quote will be used. The evaluation of past performance will be an assessment based on a consideration of all relevant facts and circumstances. The Government is seeking to determine whether the quoter has consistently demonstrated a genuine concern for customer satisfaction, and timely delivery of goods. This determination is a matter of judgement. If the quoter has no record of past performance, but is otherwise determined responsible, and their service is determined to be technically acceptable, they will be rated acceptable.





The Defense Commissary Agency shall award based on a best value selection process. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement.





Required Quoter Completed Provisions and Clauses





Quoter shall include a completed copy of the provision at 52.204-17, Ownership or Control of Offeror (AUG 2020), with its quote.



Quoter shall include a completed copy of the provision at 52.204-20, Predecessor of Offeror (AUG 2020), with its quote.



Quoter shall include a completed copy of the provision at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), with its quote.



Quoter shall include a completed copy of the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation (OCT 2020), with its quote.



Quoter shall include a completed copy of the provision at 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016), with its quote.



Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (DEC 2022), with its quote.



Quoter shall include a completed copy of the clause at 52.219-28, Post-Award Small Business Program Rerepresentation (Oct 2022), after contract award.



Quoter shall include a completed copy of the provision at 52.222-22, Previous Contracts and Compliance Reports (FEB 1999), with its quote.



Quoter shall include a completed copy of the provision at 52.222-25, Affirmative Action Compliance (APR 1984), with its quote.



Quoter shall include a completed copy of the provision at 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016), with its quote.



Quoter shall include a completed copy of the provision at 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019), with its quote.



Quoter, if applicable, shall include a completed copy of the provision at 252.204-7017, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (MAY 2021), with its quote.



The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. See addenda 52.212-4 for additional information.



The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Deviation 2018-O0021), applies to this acquisition.



Additional Information



1. ELECTRONIC DOCUMENT ACCESS (EDA):



This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through the WAWF website at https://piee.eb.mil:// under the EDA tab.



2. PAYMENT



Payments will be made through the Wide Area Workflow (WAWF) system. Payment instructions are detailed in clause DFARS 252.232-7006, which has been incorporated by full text. 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.



CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE



52.203-3 Gratuities (Apr 1984)



52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Nov 2021)



52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sept 2007)



52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020)



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)



52.204-7 System for Award Management (Oct 2018)



52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)



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)



52.204-17 Ownership or Control of Offeror (Aug 2020)



52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)



52.204-20 Predecessor of Offeror (Aug 2020)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)



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)



52.212-3 Offeror Representations and Certifications - Commercial Products and



Commercial Services (DEVIATION 2023-O0002) Alternate I (OCT 2014).



52.217-5 Evaluation of Options (July 1990)



52.217-8 Option to Extend Services (Nov 1999)




  • 30 days



52.217-9 Option to Extend the Term of the Contract (Mar 2000)




  • 30 days

  • 60 days

  • 5 years



52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)



52.219-8 Utilization of Small Business Concerns (Oct 2022)



52.219-14 Limitations on Subcontracting (Oct 2022)




  • The Contractor shall comply with the limitations on subcontracting as follows:

    • For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause—

      • By the end of the base term of the contract and then by the end of each subsequent option period







52.219-28 Post-Award Small Business Program Rerepresentation (Mar 2023)



52.222-21 Prohibition of Segregated Facilities (Apr 2015)



52.222-22 Previous Contracts and Compliance Reports (Feb 1999)



52.222-25 Affirmative Action Compliance (Apr 1984)



52.222-26 Equal Opportunity (Sept 2016)



52.222-35 Equal Opportunity for Veterans (Jun 2020)



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



52.222-37 Employment Reports on Veterans (Jun 2020)



52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)



52.222-41 Service Contract Labor Standards (Aug 2018)



52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)



52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)



52.222-50 Combating Trafficking in Persons (Nov 2021)



52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022)



52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016)



52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (Jun 2020)



52.229-12 Tax on Certain Foreign Procurements—Notice and Representation (Feb 2021)



52.232-17 Interest (May 2014)



52.232-18 Availability of Funds (Apr 1984)



52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)



52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



52.233-2 Service of Protest (Sept 2006)




  • Defense Commissary Agency



ATTN: CCQSM, Evelyn Settles



1300 Eisenhower Avenue



Fort Gregg-Adams, VA 23801-1800



52.233-3 Protest after Award (Aug 1996)



52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)



52.242-13 Bankruptcy (July 1995)



252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)



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 RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)



252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)



252.204-7004 Level I Antiterrorism Awareness Training for Contractors (FEB 2019)



252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016)



252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)



252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (MAY 2021)



252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)



252.204-7024 NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)



252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991)



252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (MAY 2019)



252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)



252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012)



252.215-7008 ONLY ONE OFFER (DEC 2022)



252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)



252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM—BASIC (JUN 2022)



252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (MAR 2022)



252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)



252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013)



252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019)



252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)



252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)



252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)



252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2022)



252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (DEC 2022)



CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



The Quoter shall not complete the representation at paragraph (d)(1) of this provision if the Quoter has represented that it "does not provide covered telecommunications equipment or services as a part of its quoted products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Quoter Representations and Certifications-Commercial Products or Commercial Services. The Quoter shall not complete the representation in paragraph (d)(2) of this provision if the Quoter 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) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the 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)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an 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 of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to—



(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a 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)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an 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 of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—



(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a 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.



(c) Procedures. The Quoter shall review the list of excluded 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 Quoter represents that—



(1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Quoter shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Quoter responds "will" in paragraph (d)(1) of this section; and



(2) After conducting a reasonable inquiry, for purposes of this representation, the Quoter 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 Quoter shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Quoter responds "does" in paragraph (d)(2) of this section.



(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Quoterr has responded "will" in the representation in paragraph (d)(1) of this provision, the Quoter shall provide the following information as part of the quote:



(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, if known);





(B) A description of all covered telecommunications equipment quoted (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.



(ii) For covered services—



(A) If the service is related to item maintenance: A description of all covered telecommunications services quoted (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) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.



(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Quoter has responded "does" in the representation in paragraph (d)(2) of this provision, the Quoter shall provide the following information as part of the quote:



(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, if known);



(B) A description of all covered telecommunications equipment quoted (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(ii) For covered services—



(A) If the service is related to item maintenance: A description of all covered telecommunications services quoted (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) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(End of provision)



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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or quote. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or quote. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):



http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.acquisition.gov/browse/index/far



(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):



http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.acquisition.gov/browse/index/far



(End of clause)



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 Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR _2_) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)



252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)



(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.





___N/A___________________





(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.)





(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 Receiving Report_______________________________________





(Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.)





(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 financing, submit a commercial 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 of invoice and receiving report in one step.]





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





Commissary DODAACs



Commissary Location DODAAC



Fort Lewis HQCWGQ



McChord Field HQCWGR



Smokey Point HQCWJ3



Whidbey Island HQCWGU





Routing Data Table*



Field Name in WAWF Data to be entered in WAWF



Pay Official DoDAAC HQ0866



Issue By DoDAAC HQC004



Admin DoDAAC** HQC004



Inspect By DoDAAC See Commissary DODAACs Above



Ship To Code See Commissary DODAACs Above



Ship From Code N/A



Mark For Code N/A



Service Approver (DoDAAC) See Commissary DODAACs Above



Service Acceptor (DoDAAC) See Commissary DODAACs Above



Accept at Other DoDAAC N/A



LPO DoDAAC N/A



DCAA Auditor DoDAAC N/A



Other DoDAAC(s) N/A



(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert “See Schedule” or “Not applicable.”)



(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).)



(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.





_Jodi Hopkins, jodi.l.hopkins.civ@mail.mil _________________________________





(Contracting Officer: Insert applicable information or “Not applicable.”)





(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.





(End of clause)



Addenda to clauses or provisions



52.212-4 Addendum



ADDENDUM TO FAR 52.212-4



CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS



The following paragraphs have been changed/added to FAR 52.212-4 Terms and Conditions –



Commercial Items.



(a) Inspection/Acceptance.



Orders delivered will be inspected by the store. Delivery is required 30 days after receipt of order. Delivery to commissaries shall be made between the hours of 7:00 am and 3:00 pm local time, Monday through Friday, excluding official Government Holidays. The contractor can find the delivery address and point of contact information for each store at www.commissaries.com.




  1. CHANGES.

    1. Unilateral Modifications





The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data, or addition of funds.






    1. Bilateral Modifications





MFP equipment may be added to or deleted from this contract. Any replacement or additional equipment must be added to this contract prior to any service being completed on the new equipment. Additions and/or deletions of equipment will be accomplished by bilateral modification.





Attachments




  1. Attachment 1 MFP Equipment Listing

  2. Attachment 2 1B12-A Oven Roll-in Single Rack Electric

  3. Attachment 3 1B12-B Oven Roll-in Single Rack Gas

  4. Attachment 4 1B13-A Oven, Roll-in Double Rack, Electric

  5. Attachment 5 1B13-B Oven, Roll-in Double Rack, Gas

  6. Attachment 6 1B15 Oven, Mini-Rotary, with Proofer

  7. Attachment 7 1B20 Proofer, Roll-In

  8. Attachment 8 1D09 Rotisserie Oven

  9. Attachment 9 1M10 Conveyor

  10. Attachment 10 1M14 Chopper Meat Table Model

  11. Attachment 11 1M16 Molder-bulker, meat

  12. Attachment 12 1M18 Band Saw, Meat

  13. Attachment 13 1M20-A Mixer Grinder Systems

  14. Attachment 14 1M34 Tenderizer, Meat

  15. Attachment 15 1M37 Horizontal slicer meat cleaver

  16. Attachment 16 4SMA Slicer Meat Automatic

  17. Attachment 17 Performance Work Statement

  18. Attachment 18 MFP Group 16 CLIN Pricing


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 1 MFP Equipment Listing.pdf (opens in new window)
71 KB
Public
Aug 29, 2023
Attachment 2 1B12-A Oven Roll-in Single Rack Electric.docx (opens in new window)
122 KB
Public
Aug 29, 2023
Attachment 3 1B12-B Oven Roll-in Single Rack Gas.docx (opens in new window)
122 KB
Public
Aug 29, 2023
Attachment 4 1B13-A Oven Roll-in Double Rack Electric.docx (opens in new window)
46 KB
Public
Aug 29, 2023
Attachment 5 1B13-B Oven Roll-in Double Rack Gas.docx (opens in new window)
38 KB
Public
Aug 29, 2023
Attachment 6 1B15 Oven Mini-Rotary with Proofer.docx (opens in new window)
35 KB
Public
Aug 29, 2023
Attachment 7 1B20 Proofer Roll-In.docx (opens in new window)
53 KB
Public
Aug 29, 2023
Attachment 8 1D09 Rotisserie Oven.docx (opens in new window)
131 KB
Public
Aug 29, 2023
Attachment 9 1M10 Conveyor.docx (opens in new window)
56 KB
Public
Aug 29, 2023
Attachment 10 1M14 Chopper Meat Table Model.docx (opens in new window)
106 KB
Public
Aug 29, 2023
Attachment 11 1M16 Molder-bulker meat.docx (opens in new window)
36 KB
Public
Aug 29, 2023
Attachment 12 1M18 Band Saw Meat.docx (opens in new window)
37 KB
Public
Aug 29, 2023
Attachment 13 1M20-A Mixer Grinder Systems.docx (opens in new window)
89 KB
Public
Aug 29, 2023
Attachment 14 1M34 Tenderizer Meat.docx (opens in new window)
52 KB
Public
Aug 29, 2023
Attachment 15 1M37 Horizontal slicer meat cleaver.docx (opens in new window)
114 KB
Public
Aug 29, 2023
Attachment 16 4SMA Slicer Meat Automatic.docx (opens in new window)
81 KB
Public
Aug 29, 2023
Attachment 17 Performance Work Statement.pdf (opens in new window)
227 KB
Public
Aug 29, 2023
Attachment 18 MFP Group 16 CLIN Pricing.xlsx (opens in new window)
18 KB
Public
Aug 29, 2023
file uploads

Contact Information
Contracting Office Address
  • EQUIP & MAINTENANCE CONTRACTING DIV 1300 EISENHOWER AVENUE
  • FORT GREGG ADAMS , VA 23801-1800
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 29, 2023 10:57 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >