CASE, STERILIZATION

expired opportunity(Expired)
From: Federal Government(Federal)

Basic Details

started - 18 Apr, 2024 (16 days ago)

Start Date

18 Apr, 2024 (16 days ago)
due - 18 Apr, 2024 (16 days ago)

Due Date

18 Apr, 2024 (16 days ago)
Award

Type

Award

Identifier

N/A
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ORDER FOR SUPPLIES OR SERVICES 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 2. DELIVERY ORDER/CALL NO. 4. REQUISITION/PURCH REQUEST NO.3. DATE OF ORDER/CALL (YYYYMMMDD) 5. PRIORITY 6. ISSUED BY 7. ADMINISTERED BY (If other than 6) 8. DELIVERY FOB CODE CODE 9. CONTRACTOR FACILITY CODE NAME AND ADDRESS 10. DELIVER TO FOB POINT BY (Date) (YYYYMMMDD) 12. DISCOUNT TERMS 13. MAIL INVOICES TO THE ADDRESS IN BLOCK Submit Invoices IAW DFARS 252.232-7003 DESTINATION OTHER (See Schedule if other) 11. X IF BUSINESS IS SMALL SMALL DISAD- VANTAGED WOMEN-OWNED 14. SHIP TO 15. PAYMENT WILL BE MADE BY CODE 16. TYPE OF ORDER DELIVERY/ CALL This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of above numbered contract. PURCHASE Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT
TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED* 21.UNIT 22. UNIT PRICE 23. AMOUNT * If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 24. UNITED STATES OF AMERICA CONTRACTING/ORDERING OFFICER 25. TOTAL 26. DIFFERENCES 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVEc. DATE (YYYYMMMDD) e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP. NO. 29. D.O. VOUCHER NO. 30. INITIALS 32. PAID BY FINAL PARTIAL 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE NUMBER g. E-MAIL ADDRESS 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. a. DATE (YYYYMMMDD) b. SIGNATURE AND TITLE OF CERTIFYING OFFICER DD FORM 1155, DEC 2001 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED (YYYYMMMDD) PREVIOUS EDITION IS OBSOLETE. 31. PAYMENT COMPLETE PARTIAL FINAL 40. TOTAL CON- TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. 34. CHECK NUMBER 35. BILL OF LADING NO. SPE2DH-24-P-0804 2024 APR 18 See Schedule DLA TROOP SUPPORT MEDICAL SUPPLY CHAIIN FSH 700 ROBBINS AVENUE PHILADELPHIA PA 19111 USA Criticality: C Pre-Award Survey : None 0S908 X GOVERNMENT SCIENTIFIC SOURCE INC DBA GOVERNMENT SCIENTIFIC SOURCE INC 12355 SUNRISE VALLEY DR STE 400 RESTON VA 20191-3497 USA 21 DAYS ADO Net 30 days X SEE SCHEDULE, DO NOT SHIP TO ADDRESSES ON THIS PAGE DEF FIN AND ACCOUNTING SVC BSM P O BOX 182317 COLUMBUS OH 43218-2317 USA X Offer/Quote dated 2024 MAR 20 Q540072 BX: 97X4930 5CBX 001 2620 S33189 $12579.00 $12,579.00 Award sent EDI, Do not duplicate shipment SPE2DH SPE2DH SL4701 DLA TROOP SUPPORT MEDICAL SUPPLY CHAIIN FSH 700 ROBBINS AVENUE PHILADELPHIA PA 19111 USA Local Admin: Ryan Sullivan Tel: 215-737-0887 Email: Ryan.Sullivan@dla.mil CODE Adobe Professional 8.0 Tina Vu Tina.Vu@dla.mil 2024 APR 18 7.000 PAGE 1 OF 23 MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. Tina Vu CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 2 OF 23 PAGES SPE2DH-24-P-0804 CLIN 1 SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030111 CLIN 2 SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030114 CLIN 3 SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030113 CLIN 4 SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030112 CLIN 5 SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030109 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 3 OF 23 PAGES SPE2DH-24-P-0804 CLIN 6: SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030110 CLIN 7 SHIP TO/MARK FOR: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030115 The following websites are provided to suppliers to obtain the full text of the FAR, DFARS, and DLAD provisions, clauses, and Procurement Notes listed below: https://www.acquisition.gov, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html, http://www.dla.mil/hq/ acquisition/offers/DLAD.aspx http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. All provisions, clauses, and procurement notes are incorporated herein by reference with the same force and effect as if set forth in full text and made a part of the AWARD as applicable. PART 1 - MANDATORY FAR, DFARS AND DLAD PROVISIONS AND CLAUSES The following provisions and clauses are applicable to the subject AWARD: FAR 52.203-19 (Jan 2017)Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-13 (Oct 2018)System for Award Management Maintenance FAR 52.204-18 Aug 2020)Commercial and Government Entity Code Maintenance FAR 52.204-21 (Jun 2016)Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-27 (June 2023)Prohibition on a ByteDance Covered Application The contracting officer shall insert the clause at 52.204-27, Prohibition on a ByteDance Covered Application, in all solicitations and contracts, unless an exception is granted in accordance with OMB Memorandum M-23-13. FAR 52.211-5 (Aug 2000)Material Requirements FAR 52.213-4 (Sep 2023)Terms and Conditions-Simplified Acquisitions (Other Than Commercial Products and Commercial Services FAR 52.223-3 (Feb 2021)Hazardous Material Identification and Material Safety Data FAR 52.223-7 (Jan 1997)Notice of Radioactive Materials FAR 52.227-1 (Jun 2020)Authorization and Consent FAR 52.227-2 (Jun 2020)Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-39 (Jun 2013)Unenforceability of Unauthorized Obligations FAR 52.232-40 (Mar 2023)Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-17 (Apr 1984)Government Delay of Work FAR 52.246-2 (Aug 1996)Inspection of Supplies – Fixed Price DFARS 252.203-7000 (Sep 2011)Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 (Dec 2022)Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 (Sep 2022)Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000 (Oct 2016)Disclosure of Information DFARS 252.204-7003 (Apr 1992)Control of Government Personnel Work Product DFARS 252.204-7009 (Jan 2023)Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015 (Jan 2023)Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018 (Jan 2013)Prohibition of Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7020 (Nov 2023)NIST SP 800-171 DoD Assessment Requirements DFARS 252.223-7001 (Dec 1991)Hazard Warning Labels DFARS 252.223-7006 (Sep 2014)Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials—Basic DFARS 252.223-7008 (Jan 2023)Prohibition Of Hexavalent Chromium DFARS 252.225-7007 (Dec 2018)Prohibition on Acquisition of United States Munitions List Items from Communist Chinese CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 4 OF 23 PAGES SPE2DH-24-P-0804 Military Companies DFARS 252.225-7048 (Jun 2013)Export-Controlled Items DFARS 252.232-7003 (Dec 2018)Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 (Dec 2006)Levies on Contract Payments DFARS 252.243-7001 (Dec 1991)Pricing of Contract Modifications DFARS 252.244-7000 (Nov 2023)Subcontracts for Commercial Products or Commercial Services DFARS 252.246-7003 (Jan 2023)Notification of Potential Safety Issues DFARS 252.247-7023 (Jan 2023)Transportation Of Supplies By Sea—Basic DLAD 5452.233-9001 (Jun 2020)Disputes – Agreement to Use Alternate Dispute Resolution (ADR) PART 2 – CONDITIONAL FAR, DFARS, AND DLAD PROVISIONS AND CLAUSES The following provisions and clauses apply as indicated below. These provisions and clauses are self-deleting if they do not apply. FAR 52.203-12 (Jun 2020)Limitation on Payments to Influence Certain Federal Transactions. Applies to solicitations and contracts when the estimated value equals or exceeds $150,000. FAR 52.204-2 (Mar 2021)Security Requirements Applies to solicitations and contracts when the contract may require access to classified information FAR 52.209-1 (Feb 1995)Qualification Requirements Applies when QML, QPL, QBL is cited in the item description of the solicitation/order. The agency activity name and address are located in the QPL specification, which is cited in the Item Description and can be obtained from http://assist.daps.dla.mil/quicksearch. FAR 52.209-3 (Sep 1989)First Article Approval – Contractor Testing Applies when a fixed-price contract is contemplated, first article approval is required, and the contractor is responsible for conducting the first article testing. FAR 52.209-3 (Jan 1997)First Article Approval – Contractor Testing ALT I Applies if the first article and the production quantity shall be produced at the same facility. FAR 52.209-4 (Sep 1989)First Article Approval – Government Testing When a fixed-price contract is contemplated, first article approval is required, and the Government is responsible for conducting the first article test. FAR 52.211-15 (Apr 2008)Defense Priority and Allocation Requirements Applies to solicitations and awards/orders when a DPAS rating/priority is cited on the face of the solicitation and/or the award/order. FAR 52.211-16 (Apr 1984)Variation in Quantity For DLA Land and Maritime acquisitions: A variation in quantity will not be accepted unless the unit of issue is in feet and only when within +/- 10% when authorized in the individual order. FAR 52.213-1 (May 2006)Fast Payment Procedure Applies to acquisitions valued at $35,000 or less, unless a deviation exists, which are OCONUS Customer Direct deliveries with destination inspection and acceptances, or unless solicitation/award specifically prohibits fast pay. FAR 52.219-33 (Sep 2021)Nonmanufacturer Rule Applies to solicitations and contracts when the item being acquired has been assigned a manufacturing or supply NAICS code and any portion of the requirement is set-aside for any of the small business concerns identified in 19.000(a) (3), including multiple-award contracts that provide for the set-aside of orders to small business concerns or for orders issued directly to one small business concern in accordance with 19.504(c)(1)(ii), or is awarded on a sole source basis in accordance with subpart 19.8, 19.13, 19.14, or 19.15. The clause shall not be used when the Small Business Administration has determined that there are no small business manufacturers of the product or end items and has waived the nonmanufacturer rule (see 19.505(c)(4)). FAR 52.222-4 (Mar 2018)Contract Work Hours and Safety Standards -Overtime Compensation Applies to solicitations and contracts when the estimated value equals or exceeds $150,000. FAR 52.223-9 (May 2008)Estimate of Percentage of Recovered Material Content for EPA-Designated Items Applies to solicitations and contracts when the estimated value exceeds $150,000 FAR 52.229-13 (Nov 2021)Taxes - Foreign Contracts In Afghanistan Applies to solicitations and contracts with performance in Afghanistan awarded by or on behalf of U.S. Forces, unless the clause at 52.229–14 is used. FAR 52.229-14 (Nov 2021)Taxes - Foreign Contracts In Afghanistan (North Atlantic Treaty Organization Status Of Forces Agreement) Applies to solicitations and contracts, instead of the clause at 52.229–13, with performance in Afghanistan awarded on behalf of or in support of the North Atlantic Treaty Organization (NATO), which are governed by the NATO Status of Forces Agreement (SOFA). FAR 52.246-1 (Apr 1984)Contractor Inspection Requirements Applies when inspection and acceptance are at destination. FAR 52.246-11 (Dec 2014)Higher-Level Contract Quality Requirement Refer to schedule for applicability. FAR 52.246-15 (Apr 1984)Certificate of Conformance This clause applies when Inspection and Acceptance at Origin is cited in the order. Clause is operative at the discretion of the DCMA quality assurance representative. Does not apply to hazardous material, items under FSC 1560, 1670, 1680, 3110, 3120, or FSG 28 and 29, or when solicitation/order specifically prohibits. FAR 52.247-1 (Feb 2006)Commercial Bill of Lading Notations Applies to all F.o.b. origin awards. FAR 52.247-29 (Feb 2006)F.o.b. Origin Applies when the delivery term is f.o.b. origin. FAR 52.247-34 (Nov 1991)F.o.b. Destination Applies when the delivery term is f.o.b. destination. FAR 52.247-48 (Feb 1999)F.o.b. Destination - Evidence of Shipment CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 23 PAGES SPE2DH-24-P-0804 Applies when delivery term is f.o.b. destination and inspection and acceptance are at source. FAR 52.247-52 (Feb 2006)Clearance and Documentation Requirements – Shipments to DoD Air or Water Terminal Transshipment Points Applies when shipments will be consigned to DoD air or water terminal transshipment points or container consolidation points (CCPs). FAR 52.247-65 (Jan 1991)F.o.b. Origin, Prepaid Freight - Small Package Shipments Applies to all F.o.b. origin awards except Foreign Military Sales (FMS) requirements. FAR 52.247-68 (Feb 2006)Report of Shipment (REPSHIP) Applies to shipment when advance notice of shipment is required for safety or security reasons, or where carload or truckload shipments will be made to DoD installations or, as required, to civilian agency facilities. DFARS 252.204-7022 (May 2021)Expediting Contract Closeout Applies to solicitations and contracts when the contracting officer intends to expedite contract closeout through the mutual waiver of entitlement to a residual dollar amount of $1,000 or less determined at the time of contract closeout. DFARS 252.209-7004 (May 2019)Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism Applies to solicitations and contracts when the estimated value exceeds $150,000. DFARS 252.209-7010 (Aug 2011)Critical Safety Items Applies when the item being acquired is identified as a Critical Item. DFARS 252.211-7003 (Jan 2023)Item Unique Identification And Valuation Applies when the item description contains the statement “IUID MARKING IS REQUIRED.” If the unit cost is $5,000 or more and the item description is silent as to IUID, DFARS 252.211-7003(c)(1)(i) applies (there is an IUID exemption requested by the Service customer). DFARS 252.225-7000 (Feb 2024)Buy American -- Balance of Payments Program Certification – BASIC Applies to all acquisitions over the micro-purchase threshold up to $25,000 and to acquisitions above $25,000 unless 252.225-7036 or its ALT applies. DFARS 252.225-7001 (Feb 2024)Buy American and Balance of Payments Program – BASIC Applies to acquisitions over the micro-purchase threshold unless 252.225- 7021 or 252.225-7036 or their ALTs, apply See DFARS 225.1101(2)(i).. DFARS 252.225-7002 (Mar 2022)Qualifying Country Sources as Subcontractors - Applies when either DFARS 252.225-7001 or DFARS 252.225-7036 is cited in the solicitation. DFARS 252.225-7013 (Nov 2023)Duty-Free Entry Applies when acquisition exceeds the micro-purchase threshold except when set- aside for small business or when the supplies will be shipped directly from a source outside the U.S. to a customer outside the U.S. DFARS 252.225-7020 (Nov 2014)Trade Agreements Certificate—Basic Applies to solicitations and contracts when the estimated value equals or exceeds $182,000. DFARS 252.225-7021 (Feb 2024)Trade Agreements —Basic Applies to solicitations and contracts for the items listed at 225.401-70] when the estimated value equals or exceeds $183,000, except if the acquisition is of end products in support of operations in Afghanistan. Does not apply to acquisitions set aside for small businesses. DFARS 252.225-7036 (Feb 2024)Buy American – Free Trade Agreements – Balance of Payments Program – Basic Applies to solicitations and contracts for the items listed at 225.401-70,when the estimated value equals or exceeds $100,000, but is less than $183,000, except if the acquisition is of end products in support of operations in Afghanistan. DFARS 252.225-7036 (Feb 2024)BUY AMERICAN—FREE TRADE AGREEMENTS—BALANCE OF PAYMENTS PROGRAM - ALTERNATE I Applies to solicitations and contracts when the estimated value is less than $92,319, except if the acquisition is of end products in support of operations in Afghanistan. DFARS 252.225-7036 (Feb 2024)Buy American – Free Trade Agreements – Balance of Payments Program – Alt IV Applies to solicitations and contracts for the items listed at 225.401-70 when the estimated value equals or exceeds $92,319 but is less than $100,000, except if the acquisition is of end products in support of operations in Afghanistan. DFARS 252.225-7041 (Jun 1997)Correspondence in English Applies when performance will be wholly or in part in a foreign country. DFARS 252.225-7975 (Aug 2020)Additional Access to Contractor and Subcontractor Records (Deviation 2024-O0003) (DEC 2023) https://www.acq.osd.mil/dpap/policy/policyvault/USA001616-20-DPC.pdf Applies to solicitations and contracts with an estimated value exceeding $50,000 that will be performed outside the United States and its outlying areas to support a contingency operation in which members of the Armed Forces are actively engaged in hostilities. DFARS 252.225-7976 (Aug 2018)Contractor Personnel Performing in Japan (Class Deviation 2018-O0019) https://www.acq. osd.mil/dpap/policy/policyvault/USA002186-18-DPC.pdf Applies to solicitations and contracts that will require contractor personnel to perform in Japan. DFARS 252.225-7993 (Aug 2020)Prohibition on Providing Funds to the Enemy (Deviation 2024-O0003) (DEC 2023) https://www.acq.osd.mil/dpap/policy/policyvault/USA001616-20-DPC.pdf Applies to solicitations and contracts with an estimated value exceeding $50,000 that will be performed outside the United States and its outlying areas to support a contingency operation in which members of the Armed Forces are actively engaged in hostilities. DFARS 252.227-7025 (May 2013)Limitations On the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legend Applies to solicitations and contracts when the Government expects to provide the contractor, for performance of its contract, technical data or computer software/ software documentation marked with another contractor’s restrictive legends. DFARS 252.239-7018 (Dec 2022)Supply Chain Risk Applies to solicitations and contracts for information technology services or CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 23 PAGES SPE2DH-24-P-0804 supplies. PART 3 - PROCUREMENT NOTES The following procurement notes apply to the subject AWARD as indicated below and are set forth in full text at the following link: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. Archived versions can also be accessed at this site. C01 Superseded Part Numbered Items (SEP 2016) – Applies when procuring part numbered items, including when acquisitions are conducted using FAR Part 12. C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020) – Applies to all solicitations and awards. C14 Correction of Nonconforming Packaging or Marking (MAY 2020) – Applies to all solicitations and awards. H04 Sourcing for Critical Safety Items (SEP 2016) – Applies for CSI L01 Electronic Award Transmission (JUN 2020) – Applies to all DIBBS solicitations for purchase orders and contracts (except indefinite delivery/indefinite quantity task or delivery order contracts, requirements contracts, and multiple award federal supply schedule-type contracts). NOTE: All shipments must list the TCN (Transportation Control Number), Purchase Order number, Ship to address and Mark for Information. The TCN number is a vital piece of information that must be visible on the shipping label that is placed on the outside of the package or pallet. Inclusion of this noted information is also acceptable on a packslip provided it is applied to the outside of the package. Failure to affix the TCN number and purchase order number will result in a frustrated shipment. When the order contains multiple Contract Line Item Numbers (CLINs), each shipment must cite the TCN number, the Purchase Order (PO) number and the associated CLIN. This information is required to be cited to ensure the material is received properly. Any questions, please contact Ryan Sullivan, Acquisition Specialist, at ryan.sullivan@dla.mil. NOTE 2: PLEASE PROVIDE TO THE BUYER/CONTRACTING OFFICER PROOF OF DELIVERY/TRACKING INFORMATION UPON SHIPMENT OF THE MATERIAL - EMAIL CORRESPONDENCE IS ACCEPTABLE OR INFORMATION CAN BE FAXED TO 215-737-3104. KO's email is tina.vu@dla. mil Please note that RapidGate is currently a requirement for access to some military bases; however, these and other locations may require enrollment in other security programs at some time in the future. In this event, the contractor is responsible for obtaining all required enrollments and clearances for each of their drivers as soon as they receive notice of such a requirement. Many bases currently require enrollment in RapidGate and will not allow entry without RapidGate clearance. During the contract implementation period, the Contractor must contact all customer locations to determine whether enrollment in RapidGate or another security program is required for access to each location. If RapidGate or other security enrollment is required, the contractor must take all necessary steps to obtain this in time for the start of performance under this contract. Failure to have RapidGate clearance may result in a vendor being turned away from the base and being unable to complete delivery. The contractor is responsible for the additional cost for RapidGate enrollment and must ensure that a RapidGate enrolled driver is available for all deliveries. We currently estimate that RapidGate enrollment will cost about $250 per company and $200 per enrolled employee for 1 year of access to multiple locations, but the cost of RapidGate or other security enrollment may vary, so the contractor should contact RapidGate to determine its own costs. If more than one driver is required, RapidGate enrollment must be obtained for each driver. Note that enrollment can take several weeks, so an awardee that is not already enrolled must begin enrollment at the time of award notification at the latest. If difficulty or delay in enrollment in RapidGate is encountered during the implementation period, the contractor MUST contact RapidGate and/or the Security Officer at the applicable customer locations to resolve any issues with processing RapidGate enrollment so that the contractor will be able to deliver as required. For additional information regarding RapidGate, including enrollment instructions, please visit their website at www. rapidgate.com, 1-877-RAPIDGate. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 23 PAGES SPE2DH-24-P-0804 SUPPLIES/SERVICES: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 ITEM DESCRIPTION: CASE,STERILIZATION SPECIAL FEATURES: HARDENED CASE FOR USE WITH THE TUTTNAUER STERILIZER 2540M, NSN: 6530-01-478-1343; SIZE: 28IN. BY 25IN. BY 21IN. UNIT OF ISSUE-EACH APPLICABLE TO ALL MEDICAL ACQUISITIONS: PACKAGING AND PACKING SHALL BE COMMERCIAL AS SPECIFIED IN THE PROCUREMENT DOCUMENT. EACH COMPLETE UNIT SHALL BE PROPERLY PACKAGED IN A SUITABLE SEALED UNIT CONTAINER CAPABLE OF PROTECTING THE CONTENTS FROM DAMAGE AND/OR BREAKAGE. UNITS SHALL BE PACKED IN SUITABLE COMMERCIAL EXTERIOR (SHIPPING) CONTAINERS (EXPORT WHEN NECESSARY) WHICH SHALL INSURE ACCEPTANCE AND SAFE DELIVERY BY COMMON OR OTHER CARRIER, AT THE LOWEST RATE, TO POINT OF DELIVERY CALLED FOR IN THE CONTRACT OR ORDER. MATERIAL MUST BE MARKED IAW MEDICAL MARKING STANDARD NO. 1. THIS SUPERCEDES ALL REFERENCES TO MIL-STD-129. COPIES OF MEDICAL MARKING STANDARD NO. 1 (MMS NO. 1) MAY BE OBTAINED BY CONTACTING DLA TROOP SUPPORT VIA EMAIL TO fssb@dla.mil. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: https://www.dla.mil/Logistics-Operations/Packaging/ RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES THIS ITEM IS NOT REGULATED BY THE FDA GOVERNMENT SCIENTIFIC SOURCE INC 0S908 P/N HDD041805200 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0001 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030111 RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 DIC: A0A DIST: V ADV: 2A FC: Z9 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0002 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030114 RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D DIC: A0A DIST: V ADV: 2A FC: Z9 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0003 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030113 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 DIC: A0A DIST: V ADV: 2A FC: Z9 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0004 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 12 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030112 RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 DIC: A0A DIST: V ADV: 2A FC: Z9 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0005 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 13 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030109 RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 DIC: A0A DIST: V ADV: 2A FC: Z9 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0006 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 14 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030110 RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 DIC: A0A DIST: V ADV: 2A FC: Z9 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0007 6530-01-539-2908 1.000 EA $ 1,797.00 $ 1,797.00 CAGE/PN: 0S908 HDD041805200 CASE ,STERILIZATION PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 2024 MAY 09 FOB PAYMENT METHOD: CONTRACTOR PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT BULK BREAK POINT: W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 15 OF 23 PAGES SPE2DH-24-P-0804 SUPPLY/SERVICE: 6530-01-539-2908 MFR. CAGE: 0S908 P/N: HDD041805200 CONT'D W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US MARKFOR W68PPA 0024 QM CO COMPOSITE SUPPL AWCF SSF BLDG 9640 S L STREET BAY F JOINT BASE LEWIS MCCH WA 98433-5000 US M/F: (TCN) W68PPA33030115 RDD: 316 PROJ: TP 2 SUPP ADD: W9046W SIG: C FOR GOVERNMENT USE ONLY: (IPD) 05 DIC: A0A DIST: V ADV: 2A FC: Z9 GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date . 0001 7005126022 0001 N/A N/A N/A N/A 0002 7005126023 0001 N/A N/A N/A N/A 0003 7005126024 0001 N/A N/A N/A N/A 0004 7005126361 0001 N/A N/A N/A N/A 0005 7005126364 0001 N/A N/A N/A N/A 0006 7005126008 0001 N/A N/A N/A N/A 0007 7005126025 0001 N/A N/A N/A N/A * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 16 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS --- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) FAR Insert the following clause in solicitations and contracts that are set-aside for, or that are for the sole-source award of a contract, under the Service-Disabled Veteran-Owned Small Business Program and that are for the acquisition of commercial products or commercial services. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203 -19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113 -235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 -23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 -91). (3) 52.204 -25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1) (A) of Pub. L. 115 -232). (4) 52.209 -10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232 -40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233 -3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233 -4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108 -77 and 108 -78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.] [] (1) 52.203 -6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655) [] (2) 52.203 -13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). [] (3) 52.203 -15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111 -5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [] (4) 52.203 -17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community --see FAR 3.900(a). [] (5) 52.204 -10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 -282) (31 U.S.C. 6101 note). [] (6) [Reserved] [] (7) 52.204 -14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 -117, section 743 of Div. C). [] (8) 52.204 -15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 -117, section 743 of Div. C). [] (9) 52.204 -27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 -328). [] (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders --Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi- Agency Contracts. (Dec 2023) ( Pub. L. 115 -390, title II). [] (11)(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders --Prohibition. (Dec 2023) ( Pub. L. 115 -390, title II).[] (ii) Alternate I (Dec 2023) of 52.204 -30. [] (12) 52.209 -6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). [] (13) 52.209 -9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). [] (14) [Reserved] [] (15) 52.219 -3, Notice of HUBZone Set-Aside or Sole-Source Award (OCT 2022) (15 U.S.C. 657a). [] (16) 52.219 -4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (17) [Reserved] [X] (18)(i) 52.219 -6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [X] (ii) Alternate I (MAR 2020) of 52.219 -6. [] (19)(i) 52.219 -7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [](ii) Alternate I (MAR 2020) of 52.219 -7. [] (20) 52.219 -8, Utilization of Small Business Concerns (DEVIATION 2024-O0002) (FEB 2024) (15 U.S.C. 637(d)(2) and (3)). []_ (21)(i) 52.219 -9, Small Business Subcontracting Plan (SEP 2023) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (NOV 2016) of 52.219 -9. [] (iii) Alternate II (NOV 2016) of 52.219 -9. [] (iv) Alternate III (JUN 2020) of 52.219 -9. [] (v) Alternate IV (SEP 2023) of 52.219 -9. [X] (22)(i) 52.219 -13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). [] (ii) Alternate I (MAR 2020) of 52.219 -13. [] (23) 52.219 -14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 657s). [] (24) 52.219 -16, Liquidated Damages --Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)). [] (25) 52.219 -27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the Service-Disabled Veteran-Owned Small Business Program (FEB 2024) (15 U.S.C. 657f). https://www.govinfo.gov/link/uscode/41/4712 https://www.govinfo.gov/link/plaw/115/public/390 https://www.acquisition.gov/far/part-52 https://www.govinfo.gov/link/plaw/115/public/390 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 17 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) [X] (26)(i) 52.219 -28, Post-Award Small Business Program Representation (FEB 2024) (15 U.S.C. 632(a)(2)). [] (ii) Alternate I (MAR 2020) of 52.219 -28. [] (27) 52.219 -29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (OCT 2022) (15 U.S.C. 637(m)). [] (28) 52.219 -30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (OCT 2022) (15 U.S.C. 637(m)). [] (29) 52.219 -32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). [] (30) 52.219 -33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 657s). [X] (31) 52.222 -3, Convict Labor (JUN 2003) (E.O. 11755). [X] (32) 52.222 -19, Child Labor --Cooperation with Authorities and Remedies (FEB 2024). [X] (33) 52.222 -21, Prohibition of Segregated Facilities (APR 2015). [X] (34)(i) 52.222 -26, Equal Opportunity (SEPT 2016) (E.O. 11246). [] (ii) Alternate I (Feb 1999) of 52.222 -26. [] (35)(i) 52.222 -35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). [] (ii) Alternate I (July 2014) of 52.222 -35. [] (36)(i) 52.222 -36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [] (ii) Alternate I (July 2014) of 52.222 -36. [] (37) 52.222 -37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). [X] (38) 52.222 -40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (39)(i) 52.222 -50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (Mar 2015) of 52.222 -50 (22 U.S.C. chapter 78 and E.O. 13627). [] (40) 52.222 -54, Employment Eligibility Verification (MAY 2022). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the- shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) [] (41)(i) 52.223 -9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223 -9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (42) 52.223 -11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (43) 52.223 -12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (44)(i) 52.223 -13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223 -13. [] (45)(i) 52.223 -14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (Jun 2014) of 52.223 -14. [] (46) 52.223 -15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b). [] (47)(i) 52.223 -16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (Jun 2014) of 52.223 -16. [X] (48) 52.223 -18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [] (49) 52.223 -20, Aerosols (JUN 2016) (E.O. 13693). [] (50) 52.223 -21, Foams (JUN 2016) (E.O. 13693). [] (51)(i) 52.224 -3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224 -3. [] (52)(i) 52.225 -1, Buy American --Supplies (OCT 2022)) (41 U.S.C. chapter 83). [] (ii) Alternate I (OCT 2022) of 52.225 -1. [] (53)(i) 52.225 -3, Buy American --Free Trade Agreements --Israeli Trade Act (DEC 2022) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501 -4732), Public Law 103 -182, 108 -77, 108 -78, 108 -286, 108 -302, 109 -53, 109 -169, 109 -283, 110 -138, 112 -41, 112 -42, and 112 -43. [] (ii) Alternate I [Reserved]. [] (iii) Alternate II (DEC 2022) of 52.225 -3. [] (iv) Alternate III (FEB 2024) of 52.225 -3. [] (v) Alternate IV (OCT 2022) of 52.225 -3. [] (54) 52.225 -5, Trade Agreements (DEC 2022) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (55) 52.225 -13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (56) 52.225 -26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). [] (57) 52.226 -4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). [] (58) 52.226 -5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). [] (59) 52.229 -12, Tax on Certain Foreign Procurements (FEB 2021). [] (60) 52.232 -29, Terms for Financing of Purchases of Commercial Products and Commercial Services (NOV 2021) (41 U.S.C.4505, 10 U.S.C. 3805). [] (61) 52.232 -30, Installment Payments for Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). [X] (62) 52.232 -33, Payment by Electronic Funds Transfer --System for Award Management (OCT 2018) (31 U.S.C. 3332). [] (63) 52.232 -34, Payment by Electronic Funds Transfer --Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). [] (64) 52.232 -36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (65) 52.239 -1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). [] (66) 52.242 -5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 18 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) [] (67)(i) 52.247 -64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247 -64. [] (iii) Alternate II (NOV 2021) of 52.247 -64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.] [] (1) 52.222 -41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [] (2) 52.222 -42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (3) 52.222 -43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222 -44, Fair Labor Standards Act and Service Contract Labor Standards --Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (5) 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). [] (6) 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). [] (7) 52.222 -55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). [] (8) 52.222 -62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706). [] (9) 52.226 -6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, 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. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. 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 (NOV 2021) (41 U.S.C. 3509). (ii) 52.203 -17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712). (iii) 52.203 -19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113 -235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iv) 52.204 -23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 -91). (v) 52.204 -25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1) (A) of Pub. L. 115 -232). (vi) 52.204 -27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 -328). (vii)(A) 52.204 -30, Federal Acquisition Supply Chain Security Act Orders --Prohibition. (Dec 2023) ( Pub. L. 115 -390, title II). (B) Alternate I (DEC 2023) of 52.204-30 (viii) 52.219 -8, Utilization of Small Business Concerns (FEB 2024) (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 the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219 -8 in lower tier subcontracts that offer subcontracting opportunities. (ix) 52.222 -21, Prohibition of Segregated Facilities (APR 2015).(ix) 52.222 -26, Equal Opportunity (SEP 2016) (E.O. 11246). (x) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). (xi) 52.222 -35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (xii) 52.222 -36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (xiii) 52.222 -37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (xiv) 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. (xv) 52.222 -41, Service Contract Labor Standards (AUG 2018)(41 U.S.C. chapter 67). (xvi) [] (A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (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 and E.O. 13627). (xvii) 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). (xviii) 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). (xix) 52.222 -54, Employment Eligibility Verification (MAY 2022) (E. O. 12989). https://www.govinfo.gov/link/plaw/115/public/390 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 19 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) (xx) 52.222 -55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). (xxi) 52.222 -62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706). (xxii)(A) 52.224 -3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224 -3. (xxiii) 52.225 -26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226 -6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226 -6. (xxv) 52.232 -40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232 -40. (xxvi) 52.247 -64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305 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 products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022) DFARS 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7004 ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (JAN 2023) DFARS 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (JAN 2023) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023) DFARS 252.204-7014 LIMITATIONS ON THE USE OR DISCLOSURE OF INFORMATION BY LITIGATION SUPPORT CONTRACTORS (JAN 2023) DFARS 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (APR 2008) FAR 52.211-16 VARIATION IN QUANTITY (APR 1984) FAR As prescribed in 11.703(a), insert the following clause: (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 0 Percent increase 0 Percent decrease This increase or decrease shall apply to ALL CLINS.* (End of clause) C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (MAR 2023) 252.215-7014 EXCEPTION FROM CERTIFIED COST OR PRICING DATA REQUIREMENTS FOR FOREIGN MILITARY SALES INDIRECT OFFSETS (DEC 2022) DFARS 52.222-19 CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 252.223-7009 PROHIBITION OF PROCUMENT OF FLOURINATED AQUEOUS FILM-FORMING FOAM FIRE-FIGHTING AGENT FOR USE ON MILITARY INSTALLATIONS (OCT 2023) FAR 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 2023) DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM — ALTERNATE I (JAN 2023) DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (MAR 2022) DFARS 252.225-7052 RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS, TANTALUM, AND TUNGSTEN (JAN 2023) DFARS 252.225-7054 PROHIBITION ON USE OF CERTAIN ENERGY SOURCED FROM INSIDE THE RUSSIAN FEDERATION (JAN 2023) FAR 252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) DFARS 252.225-7058 POSTAWARD DISCLOSURE OF EMPLOYMENT OF INDIVIDUALS WHO WORK IN THE PEOPLE’S REPUBLIC OF CHINA (JAN 2023) DFARS 252.225-7062 RESTRICTION ON ACQUISITION OF LARGE MEDIUM-SPEED DIESEL ENGINES (JUL 2023) DFARS 252.225-7967 PROHIBITION REGARDING RUSSIAN FOSSIL FUEL BUSINESS OPERATIONS (CLASS DEVIATION 2024-O0006) (JAN 2024) DFARS As prescribed in Class Deviation 2024-O0006, use the following clause: (a) Definitions. As used in this clause -- “Business operations” means knowingly engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, https://www.acquisition.gov/far/part-11 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 20 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other known apparatus of business or commerce. The term does not include -- (1) Any shipment subject to price caps as specified in the -- (i) “Statement of the G7 and Australia on a Price Cap for Seaborne Russian-Origin Crude Oil”, issued on December 2, 2022, between member countries of that coalition; or (ii) “Statement of the G7 and Australia on Price Caps for Seaborne Russian-Origin Petroleum Products Berlin, Brussels, Canberra, London, Ottawa, Paris, Rome, Tokyo, Washington”, issued on February 4, 2023, between such members, if such shipment complies with the applicable price caps; or (A) Actions taken for the benefit of the country of Ukraine, as determined by the Secretary; or (B) Actions taken to support the suspension or termination of business operations for commercial activities during the period beginning on the effective date and ending on December 31, 2029, including -- (1) Any action to secure or divest from facilities, property, or equipment; (2) The provision of products or services provided to reduce or eliminate operations in territory internationally recognized as the Russian Federation or to comply with sanctions relating to the Russian Federation; and; (3) Activities that are incident to liquidating, dissolving, or winding down a subsidiary or legal entity in Russia. Fossil fuel company means an entity or individual that -- (1) Carries out oil, gas, or coal exploration, development, or production activities; (2) Processes or refines oil, gas, or coal; or (3) Transports, or constructs facilities for the transportation of, Russian oil, gas, or coal. (b) Prohibition. In accordance with section 804 of the National Defense Authorization Act for Fiscal Year 2024 (Pub. L. 118-31), the Contractor is prohibited from entering into a subcontract or other contractual instrument for the procurement of products or services with any entity or individual that is known to be, or that is known to have fossil fuel business operations with an entity or individual that is, not less than 50 percent owned, individually or collectively, by -- (1) An authority of the government of the Russian Federation; or (2) A fossil fuel company that operates in the Russian Federation, except if the fossil fuel company transports oil or gas -- (i) Through the Russian Federation for sale outside of the Russian Federation; and (ii) That was extracted from a country other than the Russian Federation with respect to the energy sector of which the President has not imposed sanctions as of the date on which the contract is awarded. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts and other contractual instruments, including those for the acquisition of commercial products or commercial services. (End of clause) 52.232-17 INTEREST (MAY 2014) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) FAR 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) DFARS As prescribed in 232.7004 (b), use the following clause: (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 System (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall - (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https:// wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items - (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) INVOICE ONLY (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. (Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.) https://www.acquisition.gov/dfars/part-232-contract-financing https://www.sam.gov https://wawf.eb.mil/ https://wawf.eb.mil/ https://wawf.eb.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 21 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) (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 SL4701 Issue By DoDAAC SPE2DH Admin DoDAAC SPE2DH Inspect By DoDAAC DESTINATION Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC DESTINATION LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (* Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert “See Schedule” or “Not applicable.”) (** Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. tina.vu@dla.mil (Contracting Officer: Insert applicable information or “Not applicable.”) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 52.233-3 PROTEST AFTER AWARD (AUG 1996) FAR 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) FAR 252.244-7000 SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023) DFARS 252.245-7005 MANAGEMENT AND REPORTING OF GOVERNMENT PROPERTY (JAN 2024) DFARS 252.246-7007 CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE SYSTEM (JAN 2023) DFARS 252.246-7008 SOURCES OF ELECTRONIC PARTS (JAN 2023) DFARS 52.247-34 F.O.B. DESTINATION (NOV 1991) FAR 252.247-7023 TRANSPORATION OF SUPPLIES BY SEA --- BASIC (JAN 2023) DFARS Basic. As prescribed in 247.574 (b) and (b)(1), use the following clause: (a) Definitions. As used in this clause -- “Components” means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor. “Department of Defense” (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. “Foreign-flag vessel” means any vessel that is not a U.S.-flag vessel. “Ocean transportation” means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters. “Subcontractor” means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract. “Supplies” means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or https://www.acquisition.gov/dfars/part-247-transportation CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 22 OF 23 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) a military destination. (ii) “Supplies” includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing. “U.S.-flag vessel” means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract. (2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if -- (i) This contract is a construction contract; or (ii) The supplies being transported are -- (A) Noncommercial items; or (B) Commercial items that -- (1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it subcontracts for f.o.b. destination shipment); (2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.- flag vessels, if the Contractor or a subcontractor believes that -- (1) U.S.-flag vessels are not available for timely shipment; (2) The freight charges are inordinately excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods. (d) The Contractor must submit any request for use of foreign-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum -- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose. (e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW, Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information: (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of steamship company. (f) If this contract exceeds the simplified acquisition threshold, the Contractor shall provide with its final invoice under this contract a representation that to the best of its knowledge and belief -- (1) No ocean transportation was used in the performance of this contract; (2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under the contract; (3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all foreign-flag ocean transportation; or(4) Ocean transportation was used and some or all of the shipments were made on foreign-flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following format: * ITEM DESCRIPTION CONTRACT LINE ITEMS QUANTITY TOTAL (g) If this contract exceeds the simplified acquisition threshold and the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of foreign-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use. (h) If the Contractor indicated in response to the solicitation provision, Representation of Extent of Transportation by Sea, that it did not anticipate CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 23 OF 23 PAGES SPE2DH-24-P-0804 Part 12 Clauses (CONTINUED) transporting by sea any supplies; however, after the award of this contract, the Contractor learns that supplies will be transported by sea, the Contractor shall -- (1) Notify the Contracting Officer of that fact; and (2) Comply with all the terms and conditions of this clause. (i) In the award of subcontracts, for the types of supplies described in paragraph (b)(2) of this clause, including subcontracts for commercial items, the Contractor shall flow down the requirements of this clause as follows: (1) The Contractor shall insert the substance of this clause, including this paragraph (i), in subcontracts that exceed the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (2) The Contractor shall insert the substance of paragraphs (a) through (e) of this clause, and this paragraph (i), in subcontracts that are at or below the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (End of clause) 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) FAR 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR As prescribed in 52.107(b), insert the following clause: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: https://www.acquisition.gov/?q=browsefar DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx (End of clause) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) FAR 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023) DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013) DFARS 252.225-7051 PROHIBITION ON ACQUISITION OF CERTAIN FOREIGN COMMERCIAL SATELLITE SERVICES (DEC 2022) DFARS 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB COVERED ENTITIES (DEC 2023) FAR 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) FAR 52.204-28 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS -- FEDERAL SUPPLY SCHEDULES, GOVERNMENTWIDE ACQUISITION CONTRACTS, AND MULTI--AGENCY CONTRACTS (DEC 2023) FAR 52.204-30 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS -- PROHIBITION (DEC 2023) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR https://www.acquisition.gov/far/part-52 https://www.acquisition.gov/?q=browsefar https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

STERILIZATION CONTAINERS

Due: 31 May, 2024 (in 27 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

THE EXTRAORDINARY CASE OF MRK 231

Due: 31 Dec, 2024 (in 8 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

STERILIZATION CABINET, INSTALLATION, MAINTENANCE

Due: 29 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF