Tennessee Bids > Bid Detail

118th Wing Commander Lodging Program

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159552344202563
Posted Date: Feb 16, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/a6098db0a4...
Follow
118th Wing Commander Lodging Program
Active
Contract Opportunity
Notice ID
W50S9724Q0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N1 USPFO ACTIVITY TNANG 118
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 16, 2024 09:34 am CST
  • Original Published Date: Feb 16, 2024 08:07 am CST
  • Updated Date Offers Due: Mar 15, 2024 03:30 pm CDT
  • Original Date Offers Due: Mar 15, 2024 03:30 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 30, 2024
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Nashville , TN 37217
    USA
Description View Changes

02/16/2024 ADDENDUM 1-



Estimated Nights needed per drill weekend will be 300 nights. 125 members authorized 2 nights (4 for Super Drill) and 50 members authorized 1 night (3 for Super Drill). All numbers are estimates.





TENNESSEE AIR NATIONAL GUARD 118th WING INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR LODGING SERVICES





118th Wing Contracting Office located at 240 Knapp Blvd, Nashville, TN, is issuing 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 and FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code for this requirement is 721110, Hotels and Motels with a small business size standard of $40 Million. This document incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 2024-02, effective 22 January 2024. This Request for Quote (RFQ) for lodging services is SET ASIDE FOR TOTAL SMALL BUSINESS. Please see Performance Work Statement (PWS) and technical evaluation criteria for details. The Government intends to award Multiple Award Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. MINIMUM OF FOUR (4) however could be more based on availability. Period of Performance for this IDIQ is 30 April 2024- 29 April 2025, with the possibility of one (1) 12-month option period. The constraints for this IDIQ are the following: Guaranteed minimum of 50 nights per year with a maximum number of nights of 1000 for the year, and each option. Please see Performance Work Statement (PWS) for schedule of dates rooms will be needed.







PRICE SCHEDULE:







See Lodging Proposal Sheet







TECHNICAL EVALUATION: Technical proposals must address criteria set forth in the PWS. If not addressed, or it is addressed but does not meet the requirements you proposal/quote will be considered technically unacceptable and not considered for award. Overall Technically Acceptable will be considered after site visits are complete and technical team evaluates all criteria.







PLEASE SEE CLAUSES 52.212-1 AND 52.212-2 ON HOW TO SUBMIT PROPOSAL







**PROPOSALS SHOULD ONLY BE SENT TO CONTRACTING SPECIALIST JONATHAN FORREN. DO NOT INCLUDE ANYONE FROM 118th WING LODGING/SERVICES OFFICE**





**ALL QUESTIONS SHOULD BE DIRECTED TO CONTRACTING SPECIALIST JONATHAN FORREN ONLY VIA EMAIL**





CLAUSES/PROVISIONS INCORPORATED BY REFERENCE (Full text can be accessed at: https://acquisition.gov )



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



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



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



FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)



FAR 52.204-7 System for Award Management (Oct 2018) PROVISION



FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020)



FAR 52.204-13 System for Award Management Maintenance (Oct 2018)



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



FAR 52.204-20 Predecessor of Offer (Aug 2020) (PROVISION)



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



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



FAR 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.204-26 Covered Telecommunications Equipment or Services—Representation (Nov 2021) PROVISION



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



FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)



FAR 209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Apr 2018)



FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)



FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2023) PROVISION



FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2023)



FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items Class Deviation CD 2023-O0008



FAR 52.217-5 Evaluation of Options (July 1990) PROVISION



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



FAR 52.219-8 Utilization of Small Business Concern (Sept 2023)



FAR 219-14 Limitations on Subcontracting (Oct 2022)



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



FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015)



FAR 52.222-25 Affirmative Action Compliance (Apr 1984)



FAR 52.222-26 Equal Opportunity (Sept 2016)



FAR 52.222-41 Service Contract Labor Standards (Aug 2018)



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



FAR 52.222-50 Combating Trafficking in Persons (Nov 2021)



FAR 52.222-54 Employment Eligibility Verification (May 2022)



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



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



FAR 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (June 2020) PROVISION



FAR 52.232-32 Payment by Electronic Funds Transfer—System for Award Management (Aug 2018)



FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)



FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)



FAR 52.233-2 Service of Protest (Nov 2006) PROVISION



FAR 52.233-3 Protest After Award (Aug 1996)



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



FAR 52.246-4 Inspection of Services-Fixed Price (AUG 1996)



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sept 2011)



DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)



DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)



DFARS 252.204-7008 compliance with safeguarding covered defense information controls (DEC 2015) PROVISION



DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (Jan 2023)



DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019) PROVISION



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019) PROVISION



DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019)



DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023) PROVISION



DFARS 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (JAN 2023)



DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)



DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (PROVISION) (June 2023)



DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (June 2023)



DFARS 252.225-7048 Export-Controlled Items (Jun 2013)



DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)



DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)



DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (June 2013)



DFARS 252-244-7000 Subcontracts for Commercial Items (Jun 2013)





52.212-1 Instructions to Offerors Commercial Items Addendum (PROV)



(m) Questions Concerning the RFQ:



(1) Questions regarding this RFQ shall be directed to the 118th Wing Contracting Office



(2) Questions shall be directed to Contracting Specialist, MSgt Jonathan Forren, via email to jonathan.forren@us.af.mil , reference solicitation W50S9724Q0004 in the subject line of the email.



(3) Questions are due at 1:00 P.M. Central time on Tuesday 5 March 2024.





(n) General Information and Quote Format:



(1) Pricing shall be submitted in excel sheet titled Lodging Proposal Sheet W50S9724Q004. Options will be evaluated in overall totals.



(2) Quotes shall include SAM UEI, CAGE Code, and, and POC information.



(3) Please see attached Technical Requirements Sheet. All locations that submit quotes are subject to inspection by Government Employee to ensure all conditions are met before award. If any of the technical factors are not met, you will be considered technically not acceptable and not considered for award.





(o) Quote Submittal:



(1) Quotes shall be submitted electronically to MSgt Jonathan Forren at jonathan.forren@us.af.mil



(2) Quotes are due at 3:30 PM Central Time, Friday, 15 March 2024









(End of Provision)







52.212-2 Evaluation Commercial Items (Nov 2021) (PROV)



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is lowest price technically acceptable to the Tennessee Air National Guard (TN ANG). The following factors shall be used to evaluate offers, Lowest Price Technically Acceptable (LPTA):



(i) TECHNICAL: SEE PWS AND TECHNICAL REQUIREMENT WORD DOCUMENT



(ii) PRICE



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)









FAR 52.216-19 Order Limitations (Oct 1995)



(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50 nights for the year the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.



(b) Maximum order. The Contractor is not obligated to honor --



(1) Any order for a single item in excess of 1000 nights for the year;



(2) Any order for a combination of items in excess of 1000 nights for the year; or



(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.



(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.



(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.









FAR 219-1 Small Business Program Representations (Sep 2023)





(a) Definitions. As used in this provision-





Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127, and the concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR 127.300. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program.





Service-disabled veteran-owned small business concern-





(1) Means a small business concern-





(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and





(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.





(2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C.101(2), with a disability that is service-connected, as defined in 38 U.S.C.101(16).





Small business concern—





(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in its field of operation, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (b) of this provision.





(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.





Small disadvantaged business concern, consistent with 13 CFR 124.1001, means a small business concern under the size standard applicable to the acquisition, that-





(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-





(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and





(ii) Each individual claiming economic disadvantage has a net worth not exceeding the threshold at 13 CFR 124.104(c)(2) after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and





(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.





Veteran-owned small business concern means a small business concern-





(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C.101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and





(2) The management and daily business operations of which are controlled by one or more veterans.





Women-owned small business concern means a small business concern-





(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and





(2) Whose management and daily business operations are controlled by one or more women.





Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127) means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States, and the concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR 127.300.





(b) (1) The North American Industry Classification System (NAICS) code for this acquisition is 721110



(2) The small business size standard is $20,000,000.00 [insert size standard].





(3) The small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce (i.e., nonmanufacturer), is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition—





(i) Is set aside for small business and has a value above the simplified acquisition threshold;





(ii) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or





(iii) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.





(c) Representations. (1) The offeror represents as part of its offer that—



(i) it □ is, □ is not a small business concern; or





(ii) It □ is, □ is not a small business joint venture that complies with the requirements of 13 CFR 121.103(h) and 13 CFR 125.8(a) and (b). [ The offeror shall enter the name and unique entity identifier of each party to the joint venture: __.]





(2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it □ is, □ is not, a small disadvantaged business concern as defined in 13 CFR 124.1001.





(3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it □ is, □ is not a women-owned small business concern.





(4) Women-owned small business (WOSB) joint venture eligible under the WOSB Program. The offeror represents as part of its offer that it □ is, □ is not a joint venture that complies with the requirements of 13 CFR 127.506(a) through (c). [ The offeror shall enter the name and unique entity identifier of each party to the joint venture: __.]





(5) Economically disadvantaged women-owned small business (EDWOSB) joint venture. The offeror represents as part of its offer that it □ is, □ is not a joint venture that complies with the requirements of 13 CFR 127.506(a) through (c). [ The offeror shall enter the name and unique entity identifier of each party to the joint venture: __.]





(6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it □ is, □ is not a veteran-owned small business concern.





(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that





(i) It □ is, □ is not a service-disabled veteran-owned small business concern; or





(ii) It □ is, □ is not a service-disabled veteran-owned joint venture that complies with the requirements of 13 CFR 125.18(b)(1) and (2). [ The offeror shall enter the name and unique entity identifier of each party to the joint venture: __.] Each service-disabled veteran-owned small business concern participating in the joint venture shall provide representation of its service-disabled veteran-owned small business concern status.





(8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-





(i) It □ is, □ is not a HUBZone small business concern listed, on the date of this representation, as having been certified by SBA as a HUBZone small business concern in the Dynamic Small Business Search and SAM, and will attempt to maintain an employment rate of HUBZone residents of 35 percent of its employees during performance of a HUBZone contract (see 13 CFR 126.200(e)(1)); and





(ii) It □ is, □ is not a HUBZone joint venture that complies with the requirements of 13 CFR 126.616(a) through (c). [ The offeror shall enter the name and unique entity identifier of each party to the joint venture: __.] Each HUBZone small business concern participating in the HUBZone joint venture shall provide representation of its HUBZone status.





(d) Notice. Under 15 U.S.C.645(d), any person who misrepresents a firm’s status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-





(1) Be punished by imposition of fine, imprisonment, or both;





(2) Be subject to administrative remedies, including suspension and debarment; and





(3) Be ineligible for participation in programs conducted under the authority of the Act.





(End of provision)





FAR 52.233-2 Service of Protest (Sept 2006) PROVISION





(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 118th Mission Support Contracting 240 Knapp Blvd, Nashville, TN 37217



(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.





(End of provision)





NG Agency Protest Program is intended to encourage interested parties to seek resolution of



their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather



than filing a protest with the Government Accountability Office (GAO) or other external forum.



National Guard Protest Procedures



Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.



To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:



National Guard Bureau



Office of the Director of Acquisitions/ Head of Contracting Activity



ATTN: NGB-AQ-O



111 S. George Mason Dr.



Arlington, VA 22204



Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil



All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.



(End of Provision)





DFARS 252.216-7006 Ordering (May 2011)



(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 30 APR 2024 through 29 APR 2026.



(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.



(c)(1) If issued electronically, the order is considered “issued” when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor.



(2) If mailed or transmitted by facsimile, a delivery order or task order is considered “issued” when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services.



(3) Orders may be issued orally only if authorized in the schedule.



(End of Clause)







FAR 52.216-22 Indefinite Quantity (Oct 1995)



(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.



(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.”



(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.



(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after April 29, 2026.



(End of Clause)



FAR 52.216-32 Task-Order and Delivery-Order Ombudsman (Sept 2019)






  1. In accordance with 41 U.S.C. 4106(g), the Agency has designated the following task-order and delivery-order Ombudsman for this contract. The Ombudsman must review complaints from the Contractor concerning all task-order and delivery-order actions for this contract and ensure the Contractor is afforded a fair opportunity for consideration in the award of orders, consistent with the procedures in the contract. National Guard Bureau Ombudsman is:





COL Holly Payne



111 South George Mason Dr



Arlington, VA 22204-1382



Holly.i.payne.mil@army.mil



703-601-7029





(b) Consulting an ombudsman does not alter or postpone the timeline for any other process (e.g., protests).





(c) Before consulting with the Ombudsman, the Contractor is encouraged to first address complaints with the Contracting Officer for resolution. When requested by the Contractor, the Ombudsman may keep the identity of the concerned party or entity confidential, unless prohibited by law or agency procedure.





(End of clause)





FAR 52.217-8 Option to Extend Services (Nov 1999)



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.



(End of Clause)



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



(a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 Years 6 Months.



(End of Clause)











FAR 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://acqusition.gov



(End of Provision)



FAR 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 address:

https://acqusition.gov



(End of Clause)



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





(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 Department of Defense Federal Acquisition Regulation Supplement (DFARS). (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.



(End of Clause)









DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions



WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)



(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.



(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.acquisition.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).



(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.



Not Applicable



(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





Issue By DoDAAC





Admin DoDAAC





Inspect By DoDAAC





Ship To Code





Ship From Code





Mark For Code





Service Approver (DoDAAC)





Service Acceptor (DoDAAC)





Accept at Other DoDAAC





LPO DoDAAC





DCAA Auditor DoDAAC





Other DoDAAC(s)







(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.



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



(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.





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





WAWF INSTRUCTIONS WILL BE PROVIDED AT CONTRACT AWARD. CODES AND POC’S WILL BE PROVIDED AT THAT TIME. PLEASE FAMILIARIZE YOURSELF WITH WAWF AS IT’S MANDATORY INVOICING SYSTEM FOR DOD.



(End of clause)






Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR TNANG DO NOT DELETE 240 KNAPP BLVD
  • NASHVILLE , TN 37217-2538
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >