SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

1.REQUISITIONNUMBERPAGE 1OF

N/A70

2.CONTRACTNO.3.AWARD/EFFECTIVE DATE

4.ORDERNUMBER5.SOLICITATIONNUMBER6. SOLICITATIONISSUE

DATE

  1. FORSOLICITATION INFORMATIONCALL:

SP4703-17-R-CB01

a.NAMEb. TELEPHONE NUMBER (Nocollect

calls)

Mrs.Charlotte Bumgarner(804)279-3606

10/11/2017

  1. OFFER DUE DATE/ LOCALTIME

11/13/2017

5:00 PM EST

  1. ISSUEDBY

CODE

SP4703

  1. THISACQUISITION ISUNRESTRICTEDOR

SET ASIDE:% FOR:

DLA Contracting Services Office 8000 Jefferson Davis Highway Richmond, VA 23297

Mrs. Charlotte Bumgarner/Charlotte. Phone (804) 279-3606

SMALL BUSINESS

HUBZONE SMALL BUSINESS

SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

WOMEN-OWNED SMALL BUSINESS (WOSB)

ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS (EDWOSB)

8 (A)

NAICS:

541519

SIZE STANDARD:

$27.5 million

  1. DELIVERY FOR FOBDESTINA- TION UNLESS BLOCK IS MARKED

  1. DISCOUNTTERMS

Net 30 Days

13b. RATING

13a. THIS CONTRACTISA RATED ORDERUNDER

SEE SCHEDULE

DPAS (15 CFR 700)

14.METHOD OF SOLICITATION

RFQIFBRFP

15.DELIVERTO

Refer to Performance Work Statement

CODE

16.ADMINISTEREDBYCODE

Same as Block 9

SP4703

17a. CONTRACTOR/ OFFEROR

CODE

FACILITY CODE

18a. PAYMENT WILL BEMADEBYCODE

DFAS

P.O. Box 369031 Columbus, OH 43236-9031

SL4701

TELEPHONE NO.

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK

OFFER

BELOW IS CHECKED

SEE ADDENDUM

19. / 20. / 21. / 22. / 23. / 24.
ITEM NO. / SCHEDULE OF SUPPLIES/SERVICES / QUANTITY / UNIT / UNIT PRICE / AMOUNT
Electronic Point of Sale (EPoS) and Supporting Services
Refer to Continuation Sheet for details.

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING ANDAPPROPRIATIONDATA26. TOTAL AWARD AMOUNT (For Govt. UseOnly)

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA

AREARE NOTATTACHED

AREARE NOTATTACHED

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED / 29. AWARD OFCONTRACT:REF.OFFER

DATED.. YOUR OFFERONSOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TOITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (Type or print) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (Type or print) / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 3/2011)

Prescribed by GSA - FAR (48 CFR) 53.212

19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22. UNIT / 23.
UNIT PRICE / 24.
AMOUNT

32a. QUANTITY IN COLUMN 21 HAS BEEN


RECEIVEDINSPECTEDACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT ASNOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE / 32c. DATE / 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE / 32f. TELPHONE NUMBER OF AUTHORZED GOVERNMENT REPRESENTATIVE
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER / 34. VOUCHER NUMBER / 35. AMOUNT VERIFIED CORRECT FOR / 36. PAYMENT
COMPLETEPARTIALFINAL / 37. CHECK NUMBER
PARTIALFINAL
38. S/R ACCOUNT NO. / 39. S/R VOUCHER NUMBER / 40. PAID BY
41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT / 42a. RECEIVED BY (Print)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER / 41c. DATE
42b. RECEIVED AT (Location)
42c. DATE REC'D (YY/MM/DD) / 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 3/2011) BACK

SOLICITATION SP4703-17-R-CB01

Electronic Point of Sale (EPoS) and Supporting Services

Request for Proposal

The solicitation/Contract is organized into sections as follows:

  • Section A: Standard Form (SF) 1449
  • Section B: Continuation of SF 1449
  • Section C: Contract Clauses
  • Section D: Contract Documents, Exhibits, or Attachments (i.e. Performance Work Statement, Sample Pricing Sheet, Drawings, etc...)
  • Section E: Solicitation Provisions (Including instructions for submittal of proposals and description of evaluation factors for award)
  • E-1) Solicitation Provisions
  • E-2) Instructions, Conditions, Notices to Offerors
  • E-3) Evaluation Factors for Award

B. Continuation of SF1449

Block 7:

Points of Contact:

Any technical questions, requests for clarification or requests for data in connection with this solicitation must be submitted in writing and shall be directed to the contracting personnel listed below:

  • Contract Specialist: Mrs. Charlotte Bumgarner

Phone: (804) 279-3606 / Email:

  • Contracting Officer: Mrs. Emma Pfeiffer

Phone: (804) 279-2626 / Email: Emma

Block 18b:

Invoicing Instructions:

Invoices must be submitted through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7003 and DFARS 252.232-7006. Refer to https:\\wawf.eb.mil for additional information.

252.232-7006 Wide Area WorkFlow Payment Instructions.

As prescribed in 232.7004(b), use the following clause:

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 and

(2) Be registered to use WAWF at 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

(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).

Invoice 2-in-1

(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 / SL4701
Issue By DoDAAC / SP4703
Admin DoDAAC / SP4703
Inspect By DoDAAC / N/A
Ship To Code / N/A
Ship From Code / N/A
Mark For Code / N/A
Service Approver (DoDAAC) / N/A
Service Acceptor (DoDAAC) / Stated on each Task Order
Accept at Other DoDAAC / N/A
LPO DoDAAC / N/A
DCAA Auditor DoDAAC / N/A
Other DoDAAC(s) / N/A

(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.

Contact Contracting Officer’s Representative, Contract Specialist or Contracting Officer

(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.

Contact Contracting Officer’s Representative, Contract Specialist or Contracting Officer

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

(End of clause)

Block 20:

Scope of Work: The contractor shall provide a turn-key hardware and software solution that captures military fleet management fuel retail transactions at unattended military service stations, mobile ground fuel transactions and aviation fuel transactions for mobile airfield/flight line operations. The contractor is to deliver and install devices and sustainment of the hardware and software solution. Performance Work Statement contains information and tasks that are potentially applicable to all IDIQ task orders.

Commercial Services: This is a commercial service acquisition in accordance with the regulatory authority of the Federal Acquisition Regulation (FAR) parts 12 and part 15. The solicitation will be issued using Source Selection Process in accordance with FAR subpart 15.1. This requirement is unrestricted procurement. NAICS Code 541519 other computer related services (small business size $27.5 million) applies to this acquisition.

Type of Contract: The intent of this Request For Proposal (RFP) is to award a Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to one or more contractors. The proposed ordering period includes a five-year base period plus ten (10) one-year option periods for a total of fifteen (15) years.

Supplies or Services and Price/Costs: For evaluation purposes, Offerors shall provide a price proposal for the 15 year performance periods for each applicable group under this requirement. Offerors shall provide pricing on the Contractor Pricing Sheet for applicable group in the Attachment section of the solicitation. Estimated travel amount for the entire IDIQ for Group 2 Fixed Facility Devices is $11,992,169.00. No travel cost will be included for Group 1 Active Directory Services and Group 3 Mobile Devices. Total price for each group will be evaluated individually. Refer to Instructions, Conditions, Notices to Offerors in the Attachment section of the solicitation.

Contract Maximum Dollar Value: This solicitation will result in award of Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract(s), against which it is planned to award Firm Fixed Price (FFP) task orders. The appropriate CLINs will be established for each individual task order. The total amount of all orders placed against all IDIQ contract(s) resulting from this solicitation shall not exceed $222,863,493.58over a fifteen-year period of performance, which includes a five-year base period and ten (10) one-year option periods. The entire program will have a $222,863,493.58 maximum ceiling, meaning no more than $222,863,493.58 will be obligated against ALL of the IDIQ contracts awarded. The maximum ceiling is further divided into each group as follows:

Description / Group 1
Active Directory Services / Group 2
Fixed Facility Devices / Group 3
Mobile Devices / Total
Maximum Ceiling / $2,966,731.20 / $66,642,685.69 / $153,434,076.69 / $222,863,493.58

Guaranteed Minimum: The solicitation will include a guaranteed minimum for each group, applicable to the life of the contract. The aggregate value of task orders issued during the contract covering each group will be applied to the guarantee minimum for each group. At the time when the aggregate value of task orders covering each group equals or exceeds the guaranteed minimum for each group, the guaranteed minimum for each groupwill have been met and the Government’s obligations with regard to the guarantee will have been satisfied for the contract.

Description / Group 1
Active Directory Services / Group 2
Fixed Facility Devices / Group 3
Mobile Devices
Guaranteed Minimum / $9,889.10 / $44,308.46 / $102,289.38

Order Limitations: The requirement will have a minimum order quantity and a maximum order quantity per FAR 52.216-19 Order Limitations. Refer to Contract Clauses section.

Performance Period: The period of performance will be a five-year base period of sixty (60) months from date of award, with ten (10) one-year option periods. The estimated start date for any contract resulting from this solicitation is on or about May 2018. Offerors should use this date for the development of their pricing proposals.

Technology Refresh: After contract award, the Contractor is encouraged to independently proposeadditions and engineering changes to the equipment, software specifications or other requirements of this contract. These changes may be proposed for reasons of economy, improved performance, to save energy, or resolve increased data processing requirements. If the proposed changes are acceptable to both parties, the Contractor shall submit a price change proposal to the Government for evaluation and negotiation. Those proposed changes will not be competitively solicited on a new solicitation. Those proposed changes that are acceptable to the Government will be processed as modifications to the contract following mutual agreement on terms, conditions, and price.

Special Contract Requirement:

The solicitation will provide ten, one-year option periods. The Government may extend the term of the contract by written notice to the Offeror, refer to FAR clause 52.217-9, Option to Extend the Term of the Contract included in the solicitation. In addition, all options will be evaluated with the basic requirement at the time of awardin accordance with FAR Provision 52.217.5 Evaluation of Options included in the solicitation.

All offerors (*regardless of business size) shall subcontract a minimum of 25.0% of the total contract value to small business including subcategory goals are established for the following socioeconomic targets: 3.0% for Service-Disabled Veteran-Owned Small Business (SDVOSB), 5.0% for Small Disadvantaged Business (SDB), 5.0% for Women Owned Small Business (WOSB), and 3.0% for Historically Underutilized Business (HUB Zone).

Progress in achieving small business participation requirements will be reported annually at the IDIQ contract level via Contractor Performance Assessment Reporting System (CPARS). Failure to meet or make positive progress toward meeting small business subcontracting requirements may negatively impact a Contractor’s performance ratings. All other small business participation efforts included in the contractor’s proposal will be monitored during contract performance.

All IDIQ contract holders will be required to submit a “Small Business Subcontractor Report”, which demonstrates how the contractor is achieving its small business participation targets. The report shall be submitted no later than 30 days prior to the end of an IDIQ contract year.

*Small business Offerors may meet the requirement using work performed themselves.

C. Contract Clauses

FAR

52.202-1 / Definitions
52.203-3 / Gratuities
52.203-6 / Restrictions on Subcontractor Sales to the Government with Alternate I
52.203-16 / Preventing Personal Conflicts of Interest
52.204-2 / Security Requirements
52.204-7 / System for Award Management
52.204-9 / Personal Identity Verification of Contractor Personnel
52.204-13 / System for Award Management Maintenance
52.209-10 / Prohibition on Contracting With Inverted Domestic Corporation
52.211-17 / Delivery of Excess Quantities
52.212-4 & ALT I / Contract Terms and Conditions -- Commercial Items
52.212-5 (see full text attached) / Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items
52.216-7 / Allowable Cost and Payment
52.216-19 (see full text attached) / Order Limitations
52.216-22 (see full text attached) / Indefinite Quantity
52.217-8 (see full text attached) / Option to Extend Services
52.217-9 (see full text attached) / Option to Extend the Term of the Contract
52.222-1 / Notice to the Government of Labor Disputes
52.222-21 / Previous Contract and Compliance Report
52.222-22 / Pre-Award On Site Equal Opportunity Compliance Evaluation
52.223-5 / Pollution Prevention and Right-to-Know Information
52.223-5 / Pollution Prevention and Right-to-Know Information, ALT I
52.223-5 / Pollution Prevention and Right-to-Know Information, ALT II
52.223-6 / Drug-Free Workplace
52.224-1 / Privacy Act Notification
52.224-2 / Privacy Act
52.225-19 / Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States
52.227-1 / Authorization and Consent
52.227-14 & ALT II / Rights in Data – General
52.227-15 / Representation of Limited Rights Data and Restricted Computer Software
52.227-19 / Commercial Computer Software License
52.228-3 / Workers’ Compensation Insurance (Defense Base Act)
52.229-3 / Federal, State, and Local Taxes
52.230-2 / Cost Accounting Standards
52.232-1 / Payments
52.232-8 / Discounts for Prompt Payment
52.232-11 / Extras
52.232-17 / Interest
52.232-22 / Limitation of Funds
52.232-23 / Assignment of Claims
52.232-25 / Prompt Payment
52.232-39 / Unenforceability of Unauthorized Obligations
52.233-1 / Disputes
52.233-2 / Service of Protest
52.233-4 / Applicable Law for Breach of Contract Claim
52.237-2 / Protection of Government Buildings, Equipment, and Vegetation
52.237-3 / Continuity of Services
52.239-1 / Privacy or Security Safeguards
52.242-13 / Bankruptcy
52.242-14 / Suspension of Work
52.242-15 / Stop-Work Order
52.242-17 / Government Delay of Work
52.244-5 / Competition in Subcontracting
52.245-1 / Government Property
52.245-9 / Use and Charges
52.246-4 / Inspection of Services -- Fixed-Price
52.246-20 / Warranty of Services
52.246-25 / Limitation of Liability – Services
52.247-34 / F.o.b. Destination
52.252-2 / Clauses Incorporated by Reference
52.252-6 / Authorized Deviations in Clauses
52.253-1 / Computer Generated Forms

DFARS

252.201-7000 / Contracting Officer’s Representative
252.203-7000 / Requirements Relating to Compensation of Former DoD Officials
252.203-7002 / Requirement to Inform Employees of Whistleblower Rights.
252.203-7003 / Agency Office of the Inspector General
252.203-7005 / Representation Relating to Compensation of Former DoD Officials
252.204-7003 / Control of Government Personnel Work Product
252.204-7004 / Alternate A, System for Award Management
252.204-7009 / Limitations on Use or Disclosure of Third-Party Contractor Information
252.204-7011 / Alternative Line Item Structure
252.204-7012 / Safeguarding Covered Defense Information and Cyber Incident Reporting
252.205-7000 / Provision of Information to Cooperative Agreement Holders
252.209-7004 / Subcontracting with Firms That Are Owned or Controlled by the
Government of a Terrorist Country
252.211-7003 / Item Unique Identification and Valuation
252.216-7006 (see full text attached) / Ordering
252.219-7003 / Small Business Subcontracting Plan (DoD Contracts)
252.223-7004 / Drug Free Work Place
252.223-7006 / Prohibition on Storage and Disposal of Toxic and Hazardous
Materials
252.225-7021 / Trade Agreements
252.225-7031 / Secondary Arab Boycott of Israel
252.225-7040 / Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States
252.226-7001 / Utilization of Indian Organizations, Indian owned Economic
Enterprise and Native Hawaiian Small Business Concerns
252.227-7015 / Technical Data – Commercial Items
252.227-7016 / Rights in Bid or Proposal Information
252.227-7025 / Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends
252.227-7030 / Technical Data--Withholding of Payment
252.227-7037 / Validation of Restrictive Markings on Technical Data
252.231-7000 / Supplemental Cost Principal
252.232-7003 / Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 / Wide-Area Workflow Payment
252.232-7010 / Levies on Contract Payments
252.239-7001 / Information Assurance Contractor Training and Certification
252.239-7017 / Notice of Supply Chain Risk
252.239-7018 / Supply Chain Risk
252.239-7999 / Cloud Computing Services (Deviation 2015-O0011)
252.243-7001 / Pricing of Contract Modifications
252.243-7002 / Requests for Equitable Adjustment
252.244-7000 / Subcontracts for Commercial Items
252.245-7001 / Tagging, Labeling, and Marking of Government-Furnished Property
252.245-7002 / Reporting Loss of Government Property
252.245-7003 / Contractor Property Management System Administration
252.245-7004 / Reporting, Reutilization, and Disposal
252.246-7003 / Notification of Potential Safety Issues

DLAD

52.204-9000 / Contractor Personnel Security Requirements
52.204-9003 / Contractor Security Requirement
52.209-9014 / Vehicle Registration and Operations
52.212-9000 / Changes Military Readiness
52.216-7006 (see full text attached) / Ordering
52.233-9000 / Agency Protests
52.246-9007 / Inspection and Acceptance at Destination
52.246-9039 / Removal of Government Identification from Non-Accepted Supplies
52.249-9000 / Administrative Costs of Reprocurement after Default
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

As prescribed in 12.301(b)(4), insert the following clause: