- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Biosolids Pumping
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Mar 10, 2026. Industry: NAICS 562219 • PSC S205.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 562219 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562219
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.202, 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.
The Request for Quotation (RFQ) number FA700026Q0020 shall be used to reference any
written quote provided under this RFQ.
This is a 100% set-aside for a small business. All responsible small businesses may submit a
quote, which if received timely, may be considered by the 10th Contracting Squadron, USAF
Academy (USAFA). The quotes will be evaluated IAW FAR 52.212-2, found herein. Please
read and comply with all requirements for submitting a quote under the solicitation
instructions and the addenda to FAR 52.212-1. Failure to comply with all instructions
contained within this synopsis/solicitation could result in the quote being ineligible for
award. It is the quoters’ responsibility to ensure their quote meets all the requirements
identified herein. The Government reserves the right to not award this contract to any
offeror.
The North American Industry Classification System (NAICS) code for this project is 562219
(All other miscellaneous waste Management) with a size standard of $47 million.
Description of Service:
USAFA has a requirement for Bio Solid Pumping Services in accordance with the
Performance Work Statement (PWS dated 18 February 2026) (attachment #1). The firm
fixed-price contract awarded will consist of a base year with four one-year option periods.
The Contractor shall provide all management, tools, supplies, equipment and labor necessary
to remove wet and dry solids from the Wastewater Treatment Plant and clean and pump
oil/water separators, grease traps, sand traps, cesspools, and septic/holding tanks located at the
United States Air Force Academy (USAFA) and Farish Recreation area near Woodland Park
CO. Work shall comply with government and commercial standards.
*FAR Provision 52.212-1, Instructions to Offerors – Commercial Products and
Commercial Services applies to this acquisition and the following addendum applies:
The following words stating “offer”, “offeror”, and “proposal” are replaced with
“quotation”, “vendor”, and “quote”.
NOTICE TO VENDORS: The Government reserves the right to cancel this solicitation, either
before or after the closing date. In the event the Government cancels this solicitation, the
Government has no obligation to reimburse a vendor for any costs.
Quotes must comply with all instructions contained IAW FAR 52.212-1 and the addenda to FAR
52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (listed
FA700026Q0020
Page 2 of 20
below)
General Instructions. To assure timely and equitable evaluation of quotes, the vendor must
follow the instructions contained herein. Vendors are required to meet all solicitation
requirements, including terms and conditions, representations and certifications, and technical
requirements. Failure to meet a requirement may result in a quote being ineligible for
award. Vendors must clearly identify any exception to the solicitation terms and conditions and
provide complete accompanying rationale.
All solicitation documents, to include the PWS and other attachments, are available
on the System for Award Management (SAM) website at www.sam.gov, the authoritative source
for Government Contract Opportunities. The solicitation notice at SAM.gov redirects visitors to
the Solicitation Module within the Procurement Integrated Enterprise
Environment (PIEE) (https://piee.eb.mil/), where all solicitation details and associated
documents can be found. Vendors are encouraged to subscribe for real-time email notifications
when information has been posted to the website for this solicitation. Vendors may contact
the Contracting Officer (CO) if they are unable to locate any of the referenced material.
Quotes, modifications, revisions of quotes, as well as withdrawal of quotes, shall
be submitted via PIEE (https://piee.eb.mil/). Vendors shall submit no more than 15 pages in
response to this request. After 15 pages, the Contracting Officer will not evaluate information.
One page is considered to be one side of an 8 ½ x 11 piece of paper in a minimum of 10 font,
single spaced. It is the Vendor’s responsibility to complete their representations and
certifications at SAM.gov for the quote to be evaluated for award.
The vendor shall submit all documentation in electronic format. The quote shall be submitted in
a format readable by Adobe PDF and MS Office Excel (where applicable). Do not
email quotes to the personnel below. Emailed quotes will not be accepted or considered for
award unless specifically directed so in writing. In the event of website/system failure of the
Solicitation Module within the Procurement Integrated Enterprise Environment
(https://piee.eb.mil/), the government reserves the right to direct requesting parties
to submit quotes via another electronic means. If that were to occur, requesting parties would
receive specific written instructions for alternate quotation submission. The Government will not
be responsible for any failure of transmission or receipt of the quote if the vendor failed to verify
receipt of the submitted quote.
Vendors shall submit quotes and all supporting data via e-mail to David Willers, Contract
Specialist, david.willers@us.af.mil, and Contracting Officer Travis Martin at,
travis.martin.17@us.af.mil. All quotes must be received at above email addresses NLT 10:00 am
Mountain Daylight Time (MDT), 10 March 2026 via PIEE.
All questions/RFIs must be submitted no later than 10:00 am Mountain Daylight Time
(MDT), 3 March 2026 to both individuals listed below by email to the attention of David
Willers, Contract Specialist, david.willers@us.af.mil, and Contracting Officers Travis Martin at,
travis.martin.17@us.af.mil
FA700026Q0020
Page 3 of 20
RFQ due date: 10 March 2026
RFQ due time: 10:00 AM MDT
Submit quotations via email to the above listed email addresses.
Please provide the following information with your quote:
Company Name:
Contact Name:
Address:
Telephone Number:
SAM UEI:
Cage Code:
Statement the quote is valid for a minimum of 60 days:
Payment Terms: _________________________
All companies must be registered in the System for Award Management
at https://www.sam.gov to be considered for award. The Government will not provide
contract financing for this acquisition.
The contractor’s quote/response shall consist of three separate parts:
Part I - Price Quote
Part II - Technical Documentation
Part III - Past Performance Information
A. PART I – PRICE
The quoter shall complete the CLIN Schedule attached. Only input your unit cost into Column
E for each CLIN each year. The totals will automatically populate after unit cost is input.
The total evaluated price (TEP) will include consideration of pricing for the extension of services
under clause 52.217-8. The TEP is calculated as follows: base price, each option period price,
plus the 6-month extension period price (the final option period will be used to calculate the 6-
month extension of services price). TEP is used for evaluation purposes only.
See the Attachment 2 Price Schedule
B. PART II – TECHNICAL DOCUMENTATION
1. General: The written technical documentation shall be clear, concise, and include all the information
required by this provision in sufficient detail for effective evaluation. The documentation should not
simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to
address how the quoter intends to meet these requirements. Quoters shall assume the Government has no
prior knowledge of their capabilities, facilities, and experience and will base its evaluation on the
information presented in the Quoters technical proposal.
FA700026Q0020
Page 4 of 20
2. Format and Specific Content: The following information shall be provided in the written technical
proposal and will be evaluated to assess technical acceptability in accordance with the Evaluation Basis
for Award. The written technical proposal shall address their proposed approach and technical solution
for meeting the Government’s minimum performance or capability requirements for each sub-factor as
follows:
Factor 1: Technical & Management Approach
Subfactor 1.1 Work Plan and Service Methodology
Provide a detailed step-by-step plan describing how you will service each type of equipment
(Oil/Water Separators, Grease Traps, Septic Tanks, etc.). Describe your testing process for
hazardous materials, cleaning techniques, and methods for clearing obstructions. Reference the
specific procedures for the Mitchell Hall grease trap. (PWS sections 1.2, 1.3, 1.4, and 4.10)
Factor 2: Resources & Qualifications
Subfactor 2.1 Equipment and Vehicle Plan
List the primary equipment and vehicles you will use to pumping requirements. Confirm they will
be properly maintained, display the company name, and are in good, operable condition. Describe
your backup capability to ensure uninterrupted service if primary equipment fails. (PWS 1.2,
1.3.1, and 1.5,)
C . PART III – PAST PERFORMANCE INFORMATION
Past performance information will also be gathered using the CAGE code submitted with the quote. The
Contract Performance Assessment Reporting System (CPARS) may be searched to evaluate past
performance and information may also be pulled from the System for Award Management (SAM) on
SAM.gov, and FAPIIS.gov, IAW FAR 9.104-6. The Government reserves the right to use any
information available through interviews with Program Managers, Contracting Officers, and any persons
who can speak to the quality of previous performance.
Addendum to FAR 52.212-2 -- Evaluation -- Commercial Items (Nov 2021).
1. Evaluation:
By submission of its quote, the offeror agrees to all solicitation requirements, including terms
and conditions, representations and certifications, and technical requirements. Failure to
adhere to all solicitation requirements may result in an offer being determined unacceptable
and ineligible for further evaluation. The evaluation process follows:
The Government may perform a comparative evaluation of non-priced factors (comparing
vendors to each other) to select the contractor that is best suited and provides the best value,
considering the evaluation factors in this solicitation.
Step 1: Upon receipt of quotes, the Government will evaluate each vendor, factor by
factor, and document the noteworthy observations for each vendor for the non-price
factor(s).
Step 2: After evaluating all quotes for one factor, the Government will determine which
quote to be the most advantageous.
FA700026Q0020
Page 5 of 20
Step 3: The Government will continue evaluating the remaining non-price factors
repeating steps 1 and 2 above.
Step 4: Lastly, the Government will perform tradeoff of all factors, to include price to
select the overall best value to the Government.
The Government reserves the right to make an award to one quoter or to make no award at all.
In the case that a discrepancy exists between the addendum to FAR 52.212-1, Instructions to
Offerors – Commercial Items and the addendum to FAR 52.212-2, Evaluation – Commercial
Items, the evaluation criteria in the addendum to FAR 52.212-2, Evaluation – Commercial
Items will take precedence.
Page 6 of 20
DOCUMENT NUMBER
FA700026Q0020
CLAUSES INCORPORATED BY REFERENCE
CLAUSE
NO
ALT NO/
DEV NO
CLAUSE TITLE YEARMO
SECTION
252.201-7000 Contracting Officer's Representative. 1991-12 SEC G
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials.
2011-09 SEC I
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2022-12 SEC I
252.203-7005 Representation Relating to Compensation of Former DoD
Officials.
2022-09 SEC K
252.204-7008 Compliance with Safeguarding Covered Defense Information
Controls.
2016-10 SEC K
252.204-7012 Safeguarding Covered Defense Information and Cyber
Incident Reporting.
2024-05 SEC I
252.204-7018 Prohibition on the Acquisition of Covered Defense
Telecommunications Equipment or Services.
2023-01 SEC I
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 2023-11 SEC L
252.204-7024 Notice on the Use of the Supplier Performance Risk System. 2023-03 SEC L
252.205-7000 Provision of Information to Cooperative Agreement Holders. 2024-10 SEC I
252.225-7012 Preference for Certain Domestic Commodities. 2022-04 SEC I
252.225-7055 Representation Regarding Business Operations with the
Maduro Regime.
2022-05 SEC K
252.225-7056 Prohibition Regarding Business Operations with the Maduro
Regime.
2023-01 SEC I
252.225-7059 Prohibition on Certain Procurements from the Xinjiang
Uyghur Autonomous Region-Representation.
2023-06 SEC K
252.225-7060 Prohibition on Certain Procurements from the Xinjiang
Uyghur Autonomous Region.
2023-06 SEC I
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic
Enterprises, and Native Hawaiian Small Business Concerns.
2023-01 SEC I
252.232-7003 Electronic Submission of Payment Requests and Receiving
Reports.
2018-12 SEC G
252.232-7010 Levies on Contract Payments. 2006-12 SEC I
252.237-7010 Prohibition on Interrogation of Detainees by Contractor
Personnel.
2023-01 SEC I
252.243-7002 Requests for Equitable Adjustment. 2022-12 SEC I
252.247-7023 Transportation of Supplies by Sea. 2024-10 SEC I
52.203-19 Prohibition on Requiring Certain Internal Confidentiality
Agreements or Statements.
2017-01 SEC I
52.203-3 Gratuities. 1984-04 SEC I
52.203-6 Restrictions on Subcontractor Sales to the Government. 2020-06 SEC I
52.203-6 ALT I Restrictions on Subcontractor Sales to the Government.
(Alternate I)
2021-11 SEC I
52.204-10 Reporting Executive Compensation and First-Tier Subcontract
Awards. (Deviation)
2026-02 SEC I
52.204-13 System for Award Management-Maintenance. (Deviation) 2026-02 SEC I
52.204-7 System for Award Management-Registration. (Deviation) 2026-02 SEC L
52.209-10 Prohibition on Contracting With Inverted Domestic
Corporations. (Deviation)
2026-02 SEC I
52.209-6
Protecting the Government's Interest When Subcontracting
With Contractors Debarred, Suspended, Proposed for
Debarment, or Voluntarily Excluded. (Deviation)
2026-02 SEC I
52.209-9 Updates of Publicly Available Information Regarding
Responsibility Matters. (Deviation)
2026-02 SEC I
Page 7 of 20
52.212-1 Instructions to Offerors-Commercial Products and Commercial
Services. (Deviation)
2026-02 SEC L
52.212-4 Terms and Conditions-Commercial Products and Commercial
Services. (Deviation)
2026-02 SEC I
52.219-33 Nonmanufacturer Rule. (Deviation) 2026-02 SEC I
52.219-6 Notice of Total Small Business Set-Aside. (Deviation) 2026-02 SEC I
52.219-8 Utilization of Small Business Concerns. (Deviation) 2026-02 SEC I
52.222-3 Convict Labor. (Deviation) 2026-02 SEC I
52.222-35 Equal Opportunity for Veterans. (Deviation) 2026-02 SEC I
52.222-36 Equal Opportunity for Workers with Disabilities. (Deviation) 2026-02 SEC I
52.222-37 Employment Reports on Veterans. (Deviation) 2026-02 SEC I
52.222-40 Notification of Employee Rights Under the National Labor
Relations Act. (Deviation)
2026-02 SEC I
52.222-41 Service Contract Labor Standards. (Deviation) 2026-02 SEC I
52.222-43
Fair Labor Standards Act and Service Contract Labor
Standards-Price Adjustment (Multiple Year and Option
Contracts). (Deviation)
2026-02 SEC I
52.222-50 Combating Trafficking in Persons. (Deviation) 2026-02 SEC I
52.222-54 Employment Eligibility Verification. (Deviation) 2026-02 SEC I
52.222-55 Minimum Wages for Contractor Workers Under Executive
Order 14026. (Deviation)
2026-02 SEC I
52.222-62 Paid Sick Leave Under Executive Order 13706. (Deviation) 2026-02 SEC I
52.223-23 Sustainable Products. (Deviation) 2026-02 SEC I
52.223-5 Pollution Prevention and Right-to-Know Information. 2024-05 SEC I
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While
Driving.
2024-05 SEC I
52.228-5 Insurance-Work on a Government Installation. 1997-01 SEC I
52.229-12 Tax on Certain Foreign Procurements. 2021-02 SEC I
52.232-33 Payment by Electronic Funds Transfer-System for Award
Management.
2018-10 SEC I
52.232-40 Providing Accelerated Payments to Small Business
Subcontractors.
2023-03 SEC I
52.233-3 Protest after Award. (Deviation) 2026-02 SEC I
52.233-4 Applicable Law for Breach of Contract Claim. (Deviation) 2026-02 SEC I
52.240-90 Security Prohibitions and Exclusions Representations and
Certifications. (Deviation)
2026-02 SEC K
52.240-91 Security Prohibitions and Exclusions. (Deviation) 2026-02 SEC I
52.244-6 Subcontracts for Commercial Products and Commercial
Services. (Deviation)
2026-02 SEC I
CLAUSES IN FULL TEXT
CLAUSE
NO
CLAUSE TITLE ALT NO/
DEV NO
YEARMO
CLAUSE TEXT
252.204-7017
Prohibition on the Acquisition of Covered Defense
Telecommunications Equipment or Services-Representation.
2021-05
PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS
EQUIPMENT OR SERVICES-REPRESENTATION (MAY 2021)
The Offeror is not required to complete the representation in this provision if the Offeror has
represented in the provision at 252.204-7016, Covered Defense Telecommunications Equipment or
Page 8 of 20
Services-Representation, that it "does not provide covered defense telecommunications equipment or
services as a part of its offered products or services to the Government in the performance of any
contract, subcontract, or other contractual instrument."
(a) Definitions. "Covered defense telecommunications equipment or services," "covered mission,"
"critical technology," and "substantial or essential component," as used in this provision, have the
meanings given in the 252.204-7018 clause, Prohibition on the Acquisition of Covered Defense
Telecommunications Equipment or Services, of this solicitation.
(b) Prohibition. Section 1656 of the National Defense Authorization Act for Fiscal Year 2018
(Pub. L. 115-91) prohibits agencies from procuring or obtaining, or extending or renewing a contract to
procure or obtain, any equipment, system, or service to carry out covered missions that uses covered
defense telecommunications equipment or services as a substantial or essential component of any
system, or as critical technology as part of any system.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award
Management (SAM) at https://www.sam.gov for entities that are excluded when providing any
equipment, system, or service to carry out covered missions that uses covered defense
telecommunications equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system, unless a waiver is granted.
(d) Representation. If in its annual representations and certifications in SAM the Offeror has
represented in paragraph (c) of the provision at 252.204-7016, Covered Defense Telecommunications
Equipment or Services-Representation, that it "does" provide covered defense telecommunications
equipment or services as a part of its offered products or services to the Government in the performance
of any contract, subcontract, or other contractual instrument, then the Offeror shall complete the
following additional representation:
The Offeror represents that it
will
will not provide covered defense telecommunications equipment or services as a part
of its offered products or services to DoD in the performance of any award resulting from
this solicitation.
(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it "will
provide covered defense telecommunications equipment or services," the Offeror shall provide the
following information as part of the offer:
(1) A description of all covered defense telecommunications equipment and services offered
(include brand or manufacturer; product, such as model number, original equipment manufacturer
(OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable).
(2) An explanation of the proposed use of covered defense telecommunications equipment
and services and any factors relevant to determining if such use would be permissible under the
prohibition referenced in paragraph (b) of this provision.
Page 9 of 20
(3) For services, the entity providing the covered defense telecommunications services
(include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if
known).
(4) For equipment, the entity that produced or provided the covered defense
telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether
the entity was the OEM or a distributor, if known).
(End of provision)
252.215-7008 Only One Offer. 2022-12
ONLY ONE OFFER (DEC 2022)
(a) Cost or pricing data requirements. After initial submission of offers, if the Contracting
Officer notifies the Offeror that only one offer was received, the Offeror agrees to-
(1) Submit any additional cost or pricing data that is required in order to determine whether
the price is fair and reasonable (10 U.S.C. 3705) or to comply with the statutory requirement for certified
cost or pricing data (10 U.S.C. 3702 and FAR 15.403-3); and
(2) Except as provided in paragraph (b) of this provision, if the acquisition exceeds the
certified cost or pricing data threshold and an exception to the requirement for certified cost or pricing
data at FAR 15.403-1(b)(2) through (5) does not apply, certify all cost or pricing data in accordance with
paragraph (c) of DFARS provision 252.215-7010, Requirements for Certified Cost or Pricing Data and
Data Other Than Certified Cost or Pricing Data, of this solicitation.
(b) Canadian Commercial Corporation. If the Offeror is the Canadian Commercial Corporation,
certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian
Commercial Corporation that additional data other than certified cost or pricing data are required in
accordance with DFARS 225.870-4(c), the Canadian Commercial Corporation shall obtain and provide
the following:
(1) Profit rate or fee (as applicable).
(2) Analysis provided by Public Works and Government Services Canada to the Canadian
Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at
FAR 15.404-1).
(3) Data other than certified cost or pricing data necessary to permit a determination by the U.
S. Contracting Officer that the proposed price is fair and reasonable ____[U.S. Contracting Officer to
provide description of the data required in accordance with FAR 15.403-3(a)(1) with the notification].
(4) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement
to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness
or cost realism is ineligible for award unless the head of the contracting activity determines that it is in
the best interest of the Government to make the award to that offeror.
(c) Subcontracts. Unless the Offeror is the Canadian Commercial Corporation, the Offeror shall
insert the substance of this provision, including this paragraph (c), in all subcontracts exceeding the
simplified acquisition threshold defined in FAR part 2.
Page10 of 20
(End of provision)
252.232-7006 Wide Area WorkFlow Payment Instructions. 2023-01
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 itemsPage
11 of 20
(A) That require shipment of a deliverable, submit the invoice and receiving report
specified by the Contracting Officer.
____
(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.
2in1 Invoice
(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.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F87700
Issue By DoDAAC FA7000
Admin DoDAAC FA7000
Inspect By DoDAAC F4BQ00
Ship To Code NA
Ship From Code NA
Page 12 of 20
Mark For Code NA
Service Approver (DoDAAC) F4BQ00
Service Acceptor (DoDAAC) F4BQ00
Accept at Other DoDAAC NA
LPO DoDAAC NA
DCAA Auditor DoDAAC NA
Other DoDAAC(s) NA
(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.
Contracting Office
Not applicable
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
252.232-7007 Limitation of Government's Obligation. 2014-04
LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014)
Page 13 of 20
(a) Contract line item(s) ____[Contracting Officer insert after negotiations] is/are incrementally
funded. For this/these item(s), the sum of $ ____[Contracting Officer insert after negotiations] of the
total price is presently available for payment and allotted to this contract. An allotment schedule is set
forth in paragraph (j) of this clause.
(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the
point at which the total amount payable by the Government, including reimbursement in the event of
termination of those item(s) for the Government's convenience, approximates the total amount currently
allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that
point. The Government will not be obligated in any event to reimburse the Contractor in excess of the
amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause
entitled "Termination for Convenience of the Government." As used in this clause, the total amount
payable by the Government in the event of termination of applicable contract line item(s) for
convenience includes costs, profit, and estimated termination settlement costs for those item(s).
(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the
Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the
Contractor's best judgment, the work will reach the point at which the total amount payable by the
Government, including any cost for termination for convenience, will approximate 85 percent of the total
amount then allotted to the contract for performance of the applicable item(s). The notification will state
(1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any,
needed to continue performance of applicable line items up to the next scheduled date for allotment of
funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The
notification will also advise the Contracting Officer of the estimated amount of additional funds that will
be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent
period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to
by the parties. If after such notification additional funds are not allotted by the date identified in the
Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item
(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled
"Termination for Convenience of the Government."
(d) When additional funds are allotted for continued performance of the contract line item(s) identified
in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will
be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like
manner to the additional allotted funds and agreed substitute date, and the contract will be modified
accordingly.
(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated
below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph
(a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work
under this contract and if additional funds are allotted, an equitable adjustment will be made in the price
or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in
the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a
dispute concerning a question of fact within the meaning of the clause entitled "Disputes."
(f) The Government may at any time prior to termination allot additional funds for the performance of
the contract line item(s) identified in paragraph (a) of this clause.
(g) The termination provisions of this clause do not limit the rights of the Government under the
clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for
the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the
contract is fully funded except with regard to the rights or obligations of the parties concerning equitable
adjustments negotiated under paragraphs (d) and (e) of this clause.
(h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the
clause of this contract entitled "Termination for Convenience of the Government."
Page 14 of 20
(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is
otherwise prohibited under 31 U.S.C. 1342.
(j) The parties contemplate that the Government will allot funds to this contract in accordance with the
following schedule:
On execution of contract $ ____
(month) (day), (year) ____ $ ____
(month) (day), (year) ____ $ ____
(month) (day), (year) ____ $ ____
(End of clause)
52.212-2
Evaluation-Commercial Products and Commercial Services.
(Deviation)
2026-02
Evaluation-Commercial Products and Commercial Services (Feb 2026) (Deviation)
(a) Evaluation factors. 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 will be used to evaluate offers:
Price
Technical
Past Performance
____
(b) Options (if applicable). 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. The evaluation of options
does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer 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)
Page 15 of 20
Addendum to 52.212-4(d) Changes. Administrative changes in the terms and conditions of this
contract may be written unilaterally by the Government. All other changes in the terms and conditions
of this contract may be made only by written agreement of the parties.
(End of clause)
52.217-9 Option to Extend the Term of the Contract. 2000-03
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[insert the period of time within which the Contracting Officer may exercise the option];
provided that the Government gives the Contractor a preliminary written notice of its intent to extend at
least 60 days 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 five years and six months(months) (years).
(End of clause)
52.219-14 Limitations on Subcontracting. (Deviation) 2026-02
Limitations on Subcontracting (Feb 2026) (Deviation)
(a) This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor,
including an independent contractor, that-
(1) Has the same small business program status as that which qualified the prime contractor for the
award (e.g., for a small business set-aside contract, any small business concern, without regard to its
socioeconomic status); and
(2) Is considered small for the size standard under the North American Industry Classification System
(NAICS) code the prime contractor assigned to the subcontract.
(c) Applicability. This clause applies only to-
(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(2) Part or parts of a multiple-award contract that have been set aside for any of the small business
concerns identified in 19.000(a)(3);
(3) Contracts that have been awarded on a sole-source basis in accordance with sections 19.105,
19.106, 19.107, and 19.108;
(4) Orders expected to exceed the simplified acquisition threshold and that are set aside for small
business concerns under multiple-award contracts, as described in 8.4 and 16.5;
Page 16 of 20
(5) Orders, regardless of dollar value, that are set aside in accordance with sections 19.105, 19.106,
19.107, and 19.108 under multiple-award contracts, as described in 8.4 and 16.5; and
(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business
concern unless the concern waived the evaluation preference.
(d) Independent contractors. An independent contractor shall be considered a subcontractor.
(e) By submission of an offer and execution of a contract, the Contractor agrees that in performance
of a contract assigned a North American Industry Classification System (NAICS) code for-
(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the
Government for contract performance to subcontractors that are not similarly situated entities. Any work
that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent
subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50
percent limitation shall apply only to the service portion of the contract;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more
than 50 percent of the amount paid by the Government for contract performance, excluding the cost of
materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated
entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that
cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall
apply only to the supply portion of the contract;
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government
for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated
entities. Any work that a similarly situated entity further subcontracts will count towards the prime
contractor's 85 percent subcontract amount that cannot be exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid
by the Government for contract performance, excluding the cost of materials, to subcontractors that are
not similarly situated entities. Any work that a similarly situated entity further subcontracts will count
towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
(f) The Contractor shall comply with the limitations on subcontracting as follows:
(1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause-
[Contracting Officer check as appropriate.]
By the end of the base term of the contract and then by the end of each subsequent option period; or
By the end of the performance period for each order issued under the contract.
(2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the
performance period for the order.
(g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified
in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.
(1) In a joint venture comprised of a small business protégé and its mentor approved by the Small
Business Administration, the small business protégé shall perform at least 40 percent of the work
performed by the joint venture. Work performed by the small business protégé in the joint venture must
be more than administrative functions.
Page 17 of 20
(2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work
performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be
more than administrative functions.
(End of clause)
52.222-42 Statement of Equivalent Rates for Federal Hires. 2014-05
Statement of Equivalent Rates for Federal Hires (MAY 2014)
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary
of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be
employed under the contract and states the wages and fringe benefits payable to each if they were
employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332.
This Statement is for Information Only: It is not a Wage Determination
Employee Class Monetary Wage-Fringe Benefits
Truck Driver Heavy $27.76
____ ____
____ ____
____ ____
____ ____
____ ____
____ ____
(End of clause)
52.209-7 Information Regarding Responsibility Matters. (Deviation) 2026-02
Information Regarding Responsibility Matters (FEB 2026) (DEVIATION)
(a) Definitions. As used in this provisionPage
18 of 20
Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make
a determination of fault or liability (e.g., Securities and Exchange Commission Administrative
Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract
Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in
connection with performance of a Federal contract or grant. It does not include agency actions such as
contract audits, site visits, corrective plans, or inspection of deliverables.
Federal contracts and grants with total value greater than $10,000,000 means-
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery,
indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award
Schedules).
Principal means an officer, director, owner, partner, or a person having primary management or
supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a
division or business segment; and similar positions).
(b) The offeror
has
does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by
submission of this offer, that the information it has entered in the Federal Awardee Performance and
Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of
this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in
connection with the award to or performance by the offeror of a Federal contract or grant, been the
subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine,
penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or
compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any
of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of
this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in
FAPIIS as required through maintaining an active registration in the System for Award Management,
which can be accessed via https://www.sam.gov (see 52.204-7).
(End of provision)
Page 19 of 20
52.229-11 Tax on Certain Foreign Procurements-Notice and Representation. 2020-06
Tax on Certain Foreign Procurements-Notice and Representation (Jun 2020)
(a) Definitions. As used in this provision-
Foreign person means any person other than a United States person.
Specified Federal procurement payment means any payment made pursuant to a contract with a
foreign contracting party that is for goods, manufactured or produced, or services provided in a foreign
country that is not a party to an international procurement agreement with the United States. For
purposes of the prior sentence, a foreign country does not include an outlying area.
United States person as defined in 26 U.S.C. 7701(a)(30) means
(1) A citizen or resident of the United States;
(2) A domestic partnership;
(3) A domestic corporation;
(4) Any estate (other than a foreign estate, within the meaning of 26 U.S.C. 701(a)(31)); and
(5) Any trust if-
(i) A court within the United States is able to exercise primary supervision over the administration of
the trust; and
(ii) One or more United States persons have the authority to control all substantial decisions of the
trust.
(b) Unless exempted, there is a 2 percent tax of the amount of a specified Federal procurement
payment on any foreign person receiving such payment. See 26 U.S.C. 5000C and its implementing
regulations at 26 CFR 1.5000C-1 through 1.5000C-7.
(c) Exemptions from withholding under this provision are described at 26 CFR 1.5000C-1(d)(5)
through (7). The Offeror would claim an exemption from the withholding by using the Department of the
Treasury Internal Revenue Service Form W-14, Certificate of Foreign Contracting Party Receiving
Federal Procurement Payments, available via the internet at www.irs.gov/w14. Any exemption claimed
and self-certified on the IRS Form W-14 is subject to audit by the IRS. Any disputes regarding the
imposition and collection of the 26 U.S.C. 5000C tax are adjudicated by the IRS as the 26 U.S.C. 5000C
tax is a tax matter, not a contract issue. The IRS Form W-14 is provided to the acquiring agency rather
than to the IRS.
(d) For purposes of withholding under 26 U.S.C. 5000C, the Offeror represents that
(1) It
is
is not a foreign person; and
Page 20 of 20
(2) If the Offeror indicates "is" in paragraph (d)(1) of this provision, then the Offeror represents that-I
am claiming on the IRS Form W-14
a full exemption, or
partial or no exemption [Offeror shall select one] from the excise tax.
(e) If the Offeror represents it is a foreign person in paragraph (d)(1) of this provision, then-
(1) The clause at FAR 52.229-12, Tax on Certain Foreign Procurements, will be included in any
resulting contract; and
(2) The Offeror shall submit with its offer the IRS Form W-14. If the IRS Form W-14 is not
submitted with the offer, exemptions will not be applied to any resulting contract and the Government
will withhold a full 2 percent of each payment.
(f) If the Offeror selects "is" in paragraph (d)(1) and "partial or no exemption" in paragraph (d)(2) of
this provision, the Offeror will be subject to withholding in accordance with the clause at FAR 52.229-
12, Tax on Certain Foreign Procurements, in any resulting contract.
(g) A taxpayer may, for a fee, seek advice from the Internal Revenue Service (IRS) as to the proper
tax treatment of a transaction. This is called a private letter ruling. Also, the IRS may publish a revenue
ruling, which is an official interpretation by the IRS of the Internal Revenue Code, related statutes, tax
treaties, and regulations. A revenue ruling is the conclusion of the IRS on how the law is applied to a
specific set of facts. For questions relating to the interpretation of the IRS regulations go to https://www.
irs.gov/help/tax-law-questions.
(End of provision)
52.217-8 Option to Extend Services. 1999-11
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[insert the period of time within
which the Contracting Officer may exercise the option].
(End of clause)
5352.242-9000 Contractor Access to Installation
When contractors will require access to the installation, include the following ADDENDUM:
In the performance of this contract, or lease agreement, all contractors, sub-contractors, non-Federal
entities, or recipients, shall promptly report pertinent facts regarding mishaps involving reportable
damage or injury to government personnel or government property damage coincident to work
performed as part of the Statement of Work, that occurs on or off of an Air Force installation, in
accordance with para 2.14, DAFI 91-204, Safety Investigations & Reports. "Promptly report pertinent
facts regarding mishaps involving reportable damage or injury to the DAF and to cooperate in
accordance with this instruction, in any DAF investigation. (T-1) Cooperation will include toxicology
testing. (T-1) For additional guidance on contracts see DAFI 91-202." (DAFI 91-202, The US Air Force
Mishap Prevention Program).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.