1. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the only solicitation; quotes
are being requested and a written solicitation will not be issued.
***NOTE***
All instructions, templates and formats contained herein shall explicitly be adhered to; otherwise,
a quote is determined to be incomplete and shall not be considered for award.
2. Solicitation Number: F2BDBD8309A003
3. This Synopsis/Solicitation is issued as a Request for Quote (RFQ)
4. Provisions and clauses in effect through Federal Acquisition Circular FAC 2019-01
5. A notice regarding any set-aside: Total Small Business Set-Aside.
6. NAICS Code: 238210
7. Small Business Size Standard: $15.0M
8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A
9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including
option(s), if applicable):
10. Description of requirements for the items to be acquired:
Request for Proposals (RFP) from IT contractors to wire, install and configure 22 Aruba wireless internet devices to provide WLAN (Wireless Local Area Network) capability on the 2nd and 3rd floors in Hanscom AFB building 1612. Also to be included is a 1-year warranty on the installation of cabling, connections, and mountings.
CONTRACT LINE
ITEM NO. (CLIN)
SUPPLIES/SERVICE QTY UNIT
NON-PERSONAL SERVICES:
0001 Installation of 22 Aruba Wireless Internet Devices
1 EA
0002 1-Year Warranty
1 EA
11. Date of delivery / Period of Performance: 30 Days After Award of Contract
12. Place(s) of Delivery and Acceptance: Hanscom Air Force Base, MA
13. FOB Point: DESTINATION
14. Attachments:
a) Statement of Work
b) Detailed Layouts, 1612, F2 and F3
c) Required APs and AMs layout
d) Bid Schedule
e) Wage Determination Schedule
15. The name and telephone number of the individual to contact for information regarding the solicitation: Jessica Mulligan at [email protected] or (781) 225-0181, Timothy Prymak at [email protected] or (781) 225-0154, and Robert Gill at [email protected] or (781) 225-0193.
16. Additional Information:
Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may make a request through the SAM website at http://www.sam.gov.
Be advised that all interested parties must be registered as a small business in the Small Business Administration (SBA) Dynamic Business Search Database under the proper NAICS Code in order to receive an award. If you are not registered, you may self-certify through the SBA website at http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm.
IAW DFARS 252.232-7003(b)(1) all invoices shall be submitted via Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. (Procedures and POC's specific to this contract will be added to the contract).
17. The provision at FAR 52.212-1 Instructions to Offerors and 52.212-2 Evaluation - Commercial Items apply to this acquisition.
Addendum to FAR 52.212-1, Instructions to Offerors
The following is to be added to FAR 52.212-1 paragraph (b):
1. There is no bid schedule provide. Please provide your price quote seperately.
2. The quote in its entirety shall not exceed fifteen (15) pages, double sided.
3. Offers are due before 4:00 PM EST on Tuesday, 2 April 2019.
4. Offers shall be emailed to [email protected] , [email protected] , and [email protected]
Do not post offers to FedBizOpps.
5. Please request read receipt on all submitted quotes.
All questions are due before 4:00 PM EST Wednesday, 27 March 2019 and should be emailed to [email protected], [email protected], and [email protected]; answers will be posted to FedBizOpps NLT 4:00 PM EST Friday, 29 March 2019.
6. A site visit will be held on Hanscom AFB on Monday, 25 March 2019 beginning at 10:00 AM EST. Please be at the Hanscom AFB Visitor Control Center by Sartain Gate (formerly Vandenburg Gate) in Bldg. 1617, Old Bedford Rd., Hanscom AFB, MA, 01731 no later than 9:30 AM EST to allow enough time to obtain visitor passes. The contractor shall obtain base identification and vehicle passes for all visitors. You must contact Jessica Mulligan at [email protected] and Timothy Prymak at
[email protected] by COB on Friday, 22 March 2019 to register for the site visit to gain access to the base. All contractors MUST pre-register in order to attend. Each individual must posses a valid form of ID, driver's license or passport, and registration and proof of insurance for each vehicle, including rentals. Please be aware that despite the legalization of marijuana possession in the Commonwealth of Massachusetts, under 21 U.S.C. § 812 and 21 U.S.C. § 844 marijuana possession remains a federal offense, and it is not allowed on Federal installations,
including Hanscom AFB.
7. Vendors shall include a completed copy of the provision at FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certificates electronically at http://www.sam.gov. If any vendor has not completed the annual representations and certifications electronically at the SAM website, the vendor shall complete only paragraphs (c) through (o) of this provision.
(End of Provision)
18. The Following Provisions Are Incorporated By Full Text:
FAR 52.212-2 Evaluation - Commercial Items (Oct 2014)
(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:
(i) price
(ii) technical acceptability
A Technically acceptable quote will include the following:
1. The contractor will have a current SAM registration with a Small Business certification.
Award will be made on the basis of the price and other factors in accordance with FAR 13.106-2.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for
all options to the total price for the basic requirement. The Government may determine that an
offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options
shall not obligate the Government to exercise the option(s).
(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 52.252-1 -- 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 http://farsite.hill.af.mil.
(End of Provision)
19. The Following Provisions are Incorporated by Reference:
FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (MAR 2015)
20. The Following Clauses Are Incorporated By Reference:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR
52.212-4 Contracts Terms and Conditions - Commercial Items
FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013)
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.232-8 Discounts for Prompt
Payment (FEB 2002)
FAR 52.232-11 Extras (APR 1984)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2014)
FAR52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984) FAR 52.253-1
Computer Generated Forms (JAN 1991)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS
252.204-7003 Control of Government Personnel Work Product (APR 1992)
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials DFARS
252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 252-225-7048
Export-Controlled Items (JUN 2013)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013)
20. The Following Clauses Are Incorporated By Full Text:
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS--COMMERCIAL ITEMS (DEVIATION 2013- O0019) (JUN 2016)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of
this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the
simplified acquisition threshold, 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.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not
required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract
for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as
required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650,000 ($1.5 million for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required
in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity
(Apr 2015) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(ix) 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.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xi) _X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (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 E.O. 13627).
(xii) 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.)
(xiii) 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)
(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul
2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10
U.S.C. 2302 Note).
(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.219-1 Alt I Small Business Program Representations (Oct 2014)
(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. 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" means a concern, including its affiliates, that is independently owned and
operated, not dominant in the field of operation in which it is bidding on Government contracts,
and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in
paragraph (b) of this provision.
"Small disadvantaged business concern, consistent with 13 CFR 124.1002," 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 $750,000 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.
(b)
(1) The North American Industry Classification System (NAICS) code for this acquisition is 238210.
(2) The small business size standard is $15.0 Million.
(3) The small business size standard for a concern which submits an offer in its own name, other
than on a construction or service contract, but which proposes to furnish a product which it did
not itself manufacture, is 500 employees.
(c) Representations.
(1) The offeror represents as part of its offer that it [_] is, [_] is not a small business
concern.
(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 124.1002.
(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) concern eligible under the WOSB Program. [Complete only if
the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this
provision.] The offeror represents as part of its offer that-
(i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the
required documents to the WOSB Repository, and no change in circumstances or adverse decisions have
been issued that affects its eligibility; and
(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127,
and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern
eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the
name or names of the WOSB concern eligible under the WOSB Program and other small businesses that
are participating in the joint venture: .] Each WOSB concern eligible under the WOSB
Program participating in the joint venture shall submit a separate signed copy of the WOSB
representation.
(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the
offeror represented itself as a women-owned small business concern eligible under the WOSB Program
in (c)(4) of this provision.] The offeror represents as part of its offer that--
(i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the
required documents to the WOSB Repository, and no change in circumstances or adverse decisions have
been issued that affects its eligibility; and
(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127,
and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern
participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB
concern and other small businesses that are participating in the joint venture:
.]
Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the
EDWOSB representation.
(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 is [_] is,
[_] is not a service-disabled veteran-owned small business concern.
(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, on the List of Qualified HUBZone Small Business Concerns maintained by the Small
Business Administration, and no material changes in ownership and control, principal office, or
HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part
126; and
(ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR
part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each
HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter
the names of each of the HUBZone small business concerns participating in the HUBZone joint
venture: .] Each HUBZone small business concern participating in the HUBZone
joint venture shall submit a separate signed copy of the HUBZone representation.
(d) Notice.
(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small
business concerns, then the clause in this solicitation providing notice of the set-aside contains
restrictions on the source of the end items to be furnished.
(2) 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
--
(i) Be punished by imposition of fine, imprisonment, or both;
(ii) Be subject to administrative remedies, including suspension and debarment; and
(iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of
Provision)
Alternate I (Sep 2015). As prescribed in 19.309(a)(2), add the following paragraph (c)(9) to the
basic provision:
(9) [Complete if offeror represented itself as disadvantaged in paragraph (c)(2) of this
provision.] The offeror shall check the category in which its ownership falls:
Black American.
Hispanic American.
Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia,
Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The
Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia,
the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga,
Kiribati, Tuvalu, or Nauru).
Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan,
Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
Individual/concern, other than one of the preceding.
(End of Clause)
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:
http://farsite.hill.af.mil/farsite.html
(End of Clause) AFFARS 5352.201-9101 OMBUDSMAN (APR 2014)
(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,
LT COl Brian E. Miller, USAF Ombudsman
AFLCMC/AQ-AZ
Acquisition Excellence Directorate 937-255-5512 or DSN 312-785-5512
Email: [email protected] 2640 Loop Road West
Wright Patterson AFB, OH 45433-7106
Concerns, issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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)
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document
that requires the use of a Class I ODS in the test, operation, or maintenance of any system,
subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test,
operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this
contract/order.
[Note: This prohibition does not apply to manufacturing.
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the
relevant product specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC- 113, CFC-114,
CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500,
R-501, R-502, and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the
Air Force definition of a Class I ODS.]
(End of clause)
AFFARS 5352.223-9001 Health and Safety on Government Installations (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and
safety of contractor and Government personnel performing or in any way coming in contact with the
performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably
require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health
(AFOSH) Standards and/or health/safety standards as may be required in the performance of this
contract and any adjustments resulting from such direction will be in accordance with the Changes
clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as
directed by the contracting officer, shall be grounds for termination of this contract in
accordance with the Default clause of this contract.
(End of clause)
21. Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable.