TOURNIQUET, NONPNEUM

expired opportunity(Expired)
From: Federal Government(Federal)
SPE2DS-22-T-8390

Basic Details

started - 27 May, 2022 (23 months ago)

Start Date

27 May, 2022 (23 months ago)
due - 01 Jun, 2022 (23 months ago)

Due Date

01 Jun, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
SPE2DS-22-T-8390

Identifier

SPE2DS-22-T-8390
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.

REQUEST FOR QUOTATIONS THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE 4. CERT.FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1 5. ISSUED BY 7. DELIVERY 9. DESTINATION 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5 ON OR BEFORE CLOSE OF BUSINESS (Date) IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter. 11. SCHEDULE (See Continuation Sheets) 12. DISCOUNT FOR PROMPT PAYMENT d. CALENDAR DAYS NUMBER PERCENTAGE NOTE: Additional provisions and representations are are not attached. 13. NAME AND
ADDRESS OF QUOTER a. NAME OF QUOTER 16. SIGNER AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not useable STANDARD FORM 18 (REV. 6-95) Prescribed by GSA-FAR (48 CFR) 53.215-1(a) 1. REQUEST NO. SPE2DS-22-T-8390 2. DATE ISSUED 2022 MAY 27 3. REQUISITION/PURCHASE REQUEST NO. See Schedule RATING DLA TROOP SUPPORT MEDICAL SUPPLY CHAIN MD SURG FSF 700 ROBBINS AVENUE PHILADELPHIA PA 19111 USA Name: Gertrude Wray Buyer Code:DGW0016 Tel: 215-737-3139 Email: Gertrude.Wray@dla.mil 6. DELIVER BY (Date) 5 DAYS ADO 8. TO: c. CITY d. STATE b. STREET ADDRESS a. NAME OF CONSIGNEE e. ZIP CODE a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%) 15. Date of Quotation a. NAME (Type or Print) AREA CODE c. TITLE (Type or Print)d. CITY c. COUNTY b. STREET ADDRESS e. STATE f. ZIP CODE See Schedule 2022 JUN 01 NUMBER FOB DESTINATION OTHER (See Schedule) CAGE b. TELEPHONE PAGE OF PAGES 1 POC INFORMATION: WHEN TECHNICAL DATA IS PROVIDED IT MUST BE OBTAINED AT:https://pcf1x.bsm.dla.mil/cfolders. DISCREPANCIES FOUND IN TECHNICAL DATA SHOULD SUBMIT REQUEST TO THE DLA CUSTOMER SERVICE WEBSITE:https://www.pdmd.dla.mil/cs/ ALL OTHER QUESTIONS (SOLICITATION REQUIREMENTS, ITEM DESCRIPTION, AWARD CHOICE, ETC.), PLEASE CONTACT THE BUYER SHOWN ABOVE. QUESTIONS REGARDING OPERATION OF THE DLA-BSM INTERNET BID BOARD SYSTEM SHOULD BE E-MAILED TO: DibbsBSM@dla.mil FOR IMMEDIATE ASSISTANCE, PLEASE REFER TO THE FREQUENTLY ASKED QUESTIONS (FAQS) ON BSM DIBBS AT: https://www.dibbs.bsm.dla.mil/Refs/help/DIBBSHelp.htm OR PHONE 1-855-DLA-0001 (1-855-352-0001). MASTER SOLICITATION THIS SOLICITATION INCORPORATES THE TERMS AND CONDITIONS SET FORTH IN THE DLA MASTER SOLICITATION FOR AUTOMATED SIMPLIFIED ACQUISITIONS REVISION 85 (APRIL 15, 2022) WHICH CAN BE FOUND ON THE WEB AT: https://www.dla.mil/Portals/104/Documents/J7Acquisition/MasterSolicitation4ASAcqRev-85_APRIL_15_2022.pdf This solicitation incorporates technical/quality requirements (‘R’ or ‘I’ number in section B). The full text is in the DLA Technical and Quality Master List of Requirements at: http://www.dla.mil/HQ/Acquisition/Offers/eprocurement.aspx The revisionof the TQ Master in effect on the award date controls. 14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION 1 36 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 2 OF 36 PAGES SPE2DS-22-T-8390 SECTION A THIS BUY MAY BE A CANDIDATE FOR AUTOMATED AWARD. HOWEVER, AUTOMATED SOLICITATIONS CONTAINING FIRST ARTICLE TEST REQUIREMENTS ARE NOT CANDIDATES FOR AN AUTOMATED AWARD. ALL QUOTES MUST BE SUBMITTED VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT https://www.dibbs.bsm.dla.mil. MICRO-PURCHASE QUOTES MAY BE AWARDED PRIOR TO RETURN DATE. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM 339112 SEE http://www.sba.gov/content/table-small- business-size-standards FOR THE CORRESPONDING SMALL BUSINESS SIZE STANDARD. DESTINATION INSPECTION REQUIRED - FAR 52.246-2 APPLIES. Fast Pay applies to this solicitation if the final award value is less than or equal to the dollar threshold cited in FAR 13.402(a) Offerors are encouraged to submit price break information (not Auto IDC) with their quotes. Solicitations which are manually evaluated and awarded at increased quantities may be awarded based on the price break information submitted with the offeror's original quotation without further solicitation or discussion. This does not apply to Auto IDC. If you anticipate quoting on a solicitation after the closing date, please submit a DIBBS quote with a bid type of “No Bid” and place an anticipated quote date or the reason you are not willing to quote. This does not prevent you from submitting an actual quote on DIBBS at a later date. It will overlay your previous no quote. This informs buyers of your intention to quote and prevents multiple calls for updates and cancelling of requirements assumed to be non-procurable due to no quotes/sources. The submission of an anticipated quote date does not preclude DLA from making an award to another acceptable timely offer. DLA funds Procurement Technical Assistance Centers (PTACs) to increase CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 3 OF 36 PAGES SPE2DS-22-T-8390 SECTION A the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. PTACs have government contracting experts available to assist suppliers at no cost. Visit our website to find your local PTAC: http://www.dla.mil/HQ/SmallBusiness/PTAP.aspx THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS IT WILL NOT PROVIDE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES TO THE GOVERNMENT IN THE PERFORMANCE OF ANY AWARD RESULTING FROM THIS SOLICITATION, IN ACCORDANCE WITH PARAGRAPH (d)OF THE CLAUSE AT FAR 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT, OR IN ACCORDANCE WITH ITS EXISTING REPRESENTATION IN PARAGRAPH (c) OF THE PROVISION AT DFARS 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION. Contractors shall not provide parts and supplies made using additive manufacturing (AM), unless AM is specifically authorized in the solicitation/contract. See procurement note L31. Procurement History for NSN/FSC:015217976/6515 CAGE Contract Number Quantity Unit Cost AWD Date . 06ST7 SPE2DS22V6051 193.000 19.60000 20220525 06ST7 SPE2DS22V5844 10.000 19.60000 20220518 06ST7 SPE2DS22V5552 15.000 19.60000 20220511 06ST7 SPE2DS22V5405 40.000 19.60000 20220506 06ST7 SPE2DS22V5243 6.000 19.60000 20220504 6HJW0 SPE2DS22PB066 10000.000 32.21000 20220502 0ZSM5 SPE2DS22F0195 200.000 19.60000 20220429 06ST7 SPE2DS22V5121 58.000 19.60000 20220428 06ST7 SPE2DS22V4947 10.000 19.60000 20220421 0ZSM5 SPE2DS22F0185 50000.000 19.60000 20220412 0ZSM5 SPE2DS22F0176 10.000 19.60000 20220408 06ST7 SPE2DS22V4523 4.000 19.60000 20220404 0ZSM5 SPE2DS22F0165 50.000 19.60000 20220329 0ZSM5 SPE2DS22F0160 50.000 19.60000 20220326 06ST7 SPE2DS22V4213 2.000 19.60000 20220322 06ST7 SPE2DS22V3877 25.000 19.60000 20220311 06ST7 SPE2DS22V3690 56.000 19.60000 20220304 06ST7 SPE2DS22V3520 200.000 19.60000 20220225 06ST7 SPE2DS22V3382 50.000 19.60000 20220218 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 4 OF 36 PAGES SPE2DS-22-T-8390 SECTION A Procurement History for NSN/FSC:015217976/6515 CAGE Contract Number Quantity Unit Cost AWD Date . 0ZSM5 SPE2DS22F0147 450.000 19.60000 20220216 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508417 NSN/MATERIAL:6515015217976 ITEM DESCRIPTION TOURNIQUET,NONPNEUM TOURNIQUET, NONPNEUMATIC COMBAT APPLICATION TOURNIQUET; TCCC APPROVED COMPLETELY OCCLUDES BLOOD FLOW VERIFIED/VALIDATED BY SCIENTIFIC METHODS AT US ARMY INSTITUTE FOR SURGICAL RESEARCH. ONE HANDED SINGLE ROUTING BUCKLE WITH RE-INFORCED WINDLESS AND WINDLESS CLIP SYSTEM(>,)> REINFORCED STABILIZATION PLATE WITH BEVELED CONTACT BAR TO MINIMIZE SKIN PINCHING, GREY TIME TAP WITH VELCRO SECURE STRAP. FITS UPPER AND LOWER EXTREMITIES. ONCE APPLIED, LOCKS INPLACE BY VARIOUS CLIPS. COLOR: BLACK; RED ELLIPTICAL TIP TO ASSIST USER IN LOCATING AND THREADING DURING APPLICATION. BRAND NAME: C-A-T GEN 7, UNIT OF ISSUE WEIGHT (NON-CORE): 2.7 OZ; DIMENSION PACKAGED: 6.5 IN LENGTH BY 2.4 IN WIDE BY 1.5 IN DEEP UNIT OF ISSUE: EACH ,, .. 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 .. BIDDER: PLEASE SPECIFY SOURCE AND PART NUMBER BEING SUPPLIED. ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY. THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. .. This device or drug is regulated by the FDA. Note to Buyers: The contracting official shall send a referral in EBS to the product specialist for confirmation. Please include bidder name and bidder contact information, manufacturer name, manufacturer part number, and item description. REGULATION 878.5900 CLASS I EVEN THOUGH A 510(K) IS NOT REQUIRED, IT IS NECESSARY TO MEET OTHER REQUIREMENTS FOR MARKETING. THESE INCLUDE: REGISTRATION AND LISTING, LABELING OR GMP'S. .. NSN 6515-01-521-7976, 12/01/2021. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 36 PAGES SPE2DS-22-T-8390 SECTION B WERO-MEDICAL WERNER MICHALLIK GMBH C7776 P/N 250302 NORTH AMERICAN RESCUE, LLC 06ST7 P/N 30-0001 ANSPEC PTY LTD ZBF76 P/N 8304060 CAMO PLUS DI SILVIO MONTANI AK130 P/N C-A-T ASENS SL 8128B P/N CUR116 BOXMET MEDICAL SP. Z O.O. 1663H P/N IV520 MEDLINE SP. Z O.O. 1113H P/N ML 091001CAT BUNDESAMT FUER AUSRUESTUNG, D9478 P/N TL6515-0193 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 0094508417 0001 EA 50.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx BULK BREAK POINT: M20220 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508417 PRLI: 0001 CONT’D DISTRIBUTION MANAGEMENT OFFICE BLDG 401 CAMP KINSER OKINAWA 901-2100 JP RDD 999/NMCS SHIPMENT. TRANSPORTATION SEE DLAD PROC NOTE C19. FIRST DESTINATION TRANS SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: M20175 DISTRIBUTION MANAGEMENT OFFICE BLDG 401 BAY4 CAMP KINSER MF M20175 CE 31ST MEU III MEF CAMP KINSER 901 2100 JP MARKFOR M20175 DISTRIBUTION MANAGEMENT OFFICE BLDG 401 BAY4 CAMP KINSER MF M20175 CE 31ST MEU III MEF CAMP KINSER 901 2100 JP M/F: (TCN) M2017513355074 RDD: 999 PROJ: TP 1 SUPP ADD: YMED SIG: A FOR GOVERNMENT USE ONLY: (IPD) 02 DIC: A01 DIST: ADV: 2A FC: LV Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 0094508410 0001 EA 50.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508410 PRLI: 0001 CONT’D SUPPLEMENTAL INSTRUCTIONS 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx PARCEL POST ADDRESS: M21820 COMMANDING OFFICER 3D AA BN BOX 555574 CAMP PENDLETON CA 92055-5574 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: M21820 DISTRIBUTION MANAGEMENT OFFICE 7TH & A ST, BLDG 2262 M/F:M21820 3RD AAV BN CAMP PENDLETON CA 92055-5004 US M/F: (TCN) M2182020700099 RDD: 077 PROJ: TP 1 SUPP ADD: SIG: A FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A0A DIST: ADV: 2A FC: LV Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508963 PRLI: 0001 CONT’D CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0003 0094508963 0001 EA 50.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx PARCEL POST ADDRESS: M21820 COMMANDING OFFICER 3D AA BN BOX 555574 CAMP PENDLETON CA 92055-5574 US SHIP BY TRACEABLE MEANS. DO NOT USE PARCEL POST. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508963 PRLI: 0001 CONT’D FREIGHT SHIPPING ADDRESS: M21820 DISTRIBUTION MANAGEMENT OFFICE 7TH & A ST, BLDG 2262 M/F:M21820 3RD AAV BN CAMP PENDLETON CA 92055-5004 US M/F: (TCN) M2182020470049 RDD: 067 PROJ: TP 3 SUPP ADD: YSUP SIG: A FOR GOVERNMENT USE ONLY: (IPD) 13 DIC: A0A DIST: ADV: 2A FC: LV Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0004 0094504865 0001 EA 2.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. PARCEL POST ADDRESS: Q9954Q CHAND, L.L.C. 157 HIGHWAY 654 MATHEWS LA 70375 US RDD 777 SHIPMENT. SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: Q9954Q CHAND, L.L.C. 157 HIGHWAY 654 MATHEWS LA 70375 US CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094504865 PRLI: 0001 CONT’D M/F: (TCN) N2990110270281 RDD: 777 PROJ: ZQ0 TP 1 SUPP ADD: Q9954Q SIG: L FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A4A DIST: V9B ADV: 2A FC: V7 Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0005 0094504864 0001 EA 2.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. PARCEL POST ADDRESS: Q9954Q CHAND, L.L.C. 157 HIGHWAY 654 MATHEWS LA 70375 US RDD 777 SHIPMENT. SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: Q9954Q CHAND, L.L.C. 157 HIGHWAY 654 MATHEWS LA 70375 US M/F: (TCN) N2990110270280 RDD: 777 PROJ: ZQ0 TP 1 SUPP ADD: Q9954Q SIG: L FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A4A DIST: V9B ADV: 2A FC: V7 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 12 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094504864 PRLI: 0001 CONT’D Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0006 0094508434 0001 EA 60.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx BULK BREAK POINT: M20220 DISTRIBUTION MANAGEMENT OFFICE BLDG 401 CAMP KINSER OKINAWA 901-2100 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 13 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508434 PRLI: 0001 CONT’D JP RDD 999/NMCS SHIPMENT. TRANSPORTATION SEE DLAD PROC NOTE C19. FIRST DESTINATION TRANS SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: M20175 DISTRIBUTION MANAGEMENT OFFICE BLDG 401 BAY4 CAMP KINSER MF M20175 CE 31ST MEU III MEF CAMP KINSER 901 2100 JP MARKFOR M20175 DISTRIBUTION MANAGEMENT OFFICE BLDG 401 BAY4 CAMP KINSER MF M20175 CE 31ST MEU III MEF CAMP KINSER 901 2100 JP M/F: (TCN) M2017513355098 RDD: 999 PROJ: TP 1 SUPP ADD: YMED SIG: A FOR GOVERNMENT USE ONLY: (IPD) 02 DIC: A01 DIST: ADV: 2A FC: LV Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0007 0094508939 0001 EA 50.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS APPLICABLE TO ALL MEDICAL ACQUISITIONS: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 14 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508939 PRLI: 0001 CONT’D 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx PARCEL POST ADDRESS: M21626 COMMANDING OFFICER 3RD ANGLICO, FHG, MFR 5631 RICKENBACKER RD BELL CA 90201-0001 US SHIP BY TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: M21626 SUPO M21626 TEL: 719-317-8145 3RD ANGLICO, FHG, MFR 5631 RICKENBACKER RD BELL CA 90201-0001 US M/F: (TCN) M2162620700004 RDD: 102 PROJ: TP 3 SUPP ADD: YSUP SIG: A FOR GOVERNMENT USE ONLY: (IPD) 13 DIC: A0A DIST: ADV: 2A FC: FN Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0008 0094509324 0001 EA 50.000 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 15 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094509324 PRLI: 0001 CONT’D NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx PARCEL POST ADDRESS: M33800 COMMANDING OFFICER ASLT AMPHIB BN SCOL TRN COM MCB CAMPEN CA, BOX 555041 CAMP PENDLETON CA 92055-5041 US SHIP BY TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: M33800 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 16 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094509324 PRLI: 0001 CONT’D DISTRIBUTION MANAGEMENT OFFICE BLDG 2262, 7TH ST., M/F: M33800 AA SCHOOL BN CAMP PENDLETON CA 92055-5004 US M/F: (TCN) M3380020260028 RDD: 126 PROJ: TP 3 SUPP ADD: YS4 SIG: A FOR GOVERNMENT USE ONLY: (IPD) 13 DIC: A0A DIST: ADV: 2A FC: DC Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0009 0094505343 0001 EA 4.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. PARCEL POST ADDRESS: N30531 NAVOPSPTCEN MINNEAPOLIS 5905 34TH AVE SOUTH MINNEAPOLIS MN 55450-5000 US SHIP BY TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: N30531 NAVOPSPTCEN MINNEAPOLIS 5905 34TH AVE SOUTH MINNEAPOLIS MN 55450-5000 US M/F: (TCN) N3053120890002 RDD: PROJ: YY9 TP 3 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 17 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094505343 PRLI: 0001 CONT’D SUPP ADD: SIG: A FOR GOVERNMENT USE ONLY: (IPD) 15 DIC: A4A DIST: 9B ADV: 2A FC: KB Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0010 0094508372 0001 EA 50.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx PARCEL POST ADDRESS: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 18 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094508372 PRLI: 0001 CONT’D M21820 COMMANDING OFFICER 3D AA BN BOX 555574 CAMP PENDLETON CA 92055-5574 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: M21820 DISTRIBUTION MANAGEMENT OFFICE 7TH & A ST, BLDG 2262 M/F:M21820 3RD AAV BN CAMP PENDLETON CA 92055-5004 US M/F: (TCN) M2182020980090 RDD: PROJ: TP 1 SUPP ADD: SIG: A FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A0A DIST: ADV: 2A FC: LV Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0011 0094509275 0001 EA 30.000 NSN/MATERIAL:6515015217976 DELIVERY (IN DAYS):0005 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS MPPWN00001 REV DATED 03/30/1988 SUPPLEMENTAL INSTRUCTIONS 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 19 OF 36 PAGES SPE2DS-22-T-8390 SECTION B PR: 0094509275 PRLI: 0001 CONT’D 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 DSCP.PACKAGING@DLA.MIL. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: http://www.dla.mil/LandandMaritime/Offers/Services/ TechnicalSupport/Logistics/Packaging/MedicalPack1.aspx PARCEL POST ADDRESS: Z15529 COMMANDING OFFICER USCGC HENRY BLAKE (WLM-563) 2000 MARINE VIEW DR EVERETT WA 98207-0000 US SHIP BY TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: Z15529 USCGC HENRY BLAKE (WLM-563) 2000 MARINE VIEW DR EVERETT WA 98207-0000 US M/F: (TCN) Z1552920595004 RDD: 063 PROJ: TP 3 SUPP ADD: SIG: A FOR GOVERNMENT USE ONLY: (IPD) 12 DIC: A0A DIST: ADV: 2A FC: XP Need Ship Date:00/00/0000 Original Required Delivery Date:05/31/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 20 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION F - DELIVERIES OR PERFORMANCE 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (FAR) SECTION H - SPECIAL CONTRACT REQUIREMENTS 252.223-7001 HAZARD WARNING LABELS (DEC 1991) (DFARS) (a) “Hazardous material,” as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract. (b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labelling requirements of one of the following statutes: (1) Federal Insecticide, Fungicide and Rodenticide Act; (2) Federal Food, Drug and Cosmetics Act; (3) Consumer Product Safety Act; (4) Federal Hazardous Substances Act; or (5) Federal Alcohol Administration Act. (c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labelled in accordance with one of the Acts in paragraphs (b)(1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard. MATERIAL (If None, Insert “None.”) ACT (d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract. (e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract). (End of clause) SECTION I - CONTRACT CLAUSES 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DoD OFFICIALS (SEPT 2011) (DFARS) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEPT 2013) (DFARS) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) (DFARS) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) (DFARS) 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) (DFARS) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) (DFARS) 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) (DFARS) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 21 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) 252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES— REPRESENTATION (DEC 2019) (DFARS) 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 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. (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) 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) (DFARS) 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQURIEMENTS (NOV 2020) (DFARS) (a) Definitions. “Basic Assessment”, “Medium Assessment”, and “High Assessment” have the meaning given in the clause 252.204-7020, NIST SP 800-171 DoD Assessments. “Covered contractor information system” has the meaning given in the clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, of this solicitation. (b) Requirement. In order to be considered for award, if the Offeror is required to implement NIST SP 800-171, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/ strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html. (c) Procedures. (1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa. mil/) for all covered contractor information systems relevant to the offer. https://www.sam.gov/ https://www.acq.osd.mil/dpap/dars/dfars/html/current/252204.htm https://www.acq.osd.mil/dpap/dars/dfars/html/current/252204.htm https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html https://www.sprs.csd.disa.mil/ https://www.sprs.csd.disa.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 22 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) (2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. (d) Summary level scores. Summary level scores for all assessments will be posted 30 days post-assessment in SPRS to provide DoD Components visibility into the summary level scores of strategic assessments. (1) Basic Assessments. An Offeror may follow the procedures in paragraph (c)(2) of this provision for posting Basic Assessments to SPRS. (i) The email shall include the following information: (A) Cybersecurity standard assessed (e.g., NIST SP 800-171 Rev 1). (B) Organization conducting the assessment (e.g., Contractor self-assessment). (C) For each system security plan (security requirement 3.12.4) supporting the performance of a DoD contract -- (1) All industry Commercial and Government Entity (CAGE) code(s) associated with the information system(s) addressed by the system security plan; and (2) A brief description of the system security plan architecture, if more than one plan exists. (D) Date the assessment was completed. (E) Summary level score (e.g., 95 out of 110, NOT the individual value for each requirement). (F) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (ii) If multiple system security plans are addressed in the email described at paragraph (d)(1)(i) of this section, the Offeror shall use the following format for the report: System Security Plan CAGE Codes supported by this plan Brief description of the plan architecture Date of assessment Total Score Date score of 110 will achieved (2) Medium and High Assessments. DoD will post the following Medium and/or High Assessment summary level scores to SPRS for each system assessed: (i) The standard assessed (e.g., NIST SP 800-171 Rev 1). (ii) Organization conducting the assessment, e.g., DCMA, or a specific organization (identified by Department of Defense Activity Address Code (DoDAAC)). (iii) All industry CAGE code(s) associated with the information system(s) addressed by the system security plan. (iv) A brief description of the system security plan architecture, if more than one system security plan exists. (v) Date and level of the assessment, i.e., medium or high. (vi) Summary level score (e.g., 105 out of 110, not the individual value assigned for each requirement). (vii) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (3) Accessibility. (i) Assessment summary level scores posted in SPRS are available to DoD personnel, and are protected, in accordance with the standards set forth in DoD Instruction 5000.79, Defense-wide Sharing and Use of Supplier and Product Performance Information (PI). (ii) Authorized representatives of the Offeror for which the assessment was conducted may access SPRS to view their own summary level scores, in accordance with the SPRS Software User's Guide for Awardees/Contractors available at https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf. (iii) A High NIST SP 800-171 DoD Assessment may result in documentation in addition to that listed in this section. DoD will retain and protect any such documentation as “Controlled Unclassified Information (CUI)” and intended for internal DoD use only. The information will be protected against unauthorized use and release, including through the exercise of applicable exemptions under the Freedom of Information Act (e.g., Exemption 4 covers trade secrets and commercial or financial information obtained from a contractor that is privileged or confidential). (End of provision) 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) (DFARS) (a) Definitions. “Basic Assessment” means a contractor's self-assessment of the contractor's implementation of NIST SP 800-171 that -- (1) Is based on the Contractor's review of their system security plan(s) associated with covered contractor information system(s); (2) Is conducted in accordance with the NIST SP 800-171 DoD Assessment Methodology; and (3) Results in a confidence level of “Low” in the resulting score, because it is a self-generated score. “Covered contractor information system” has the meaning given in the clause 252.204-7012, Safeguarding Covered Defense Information and mailto:webptsmh@navy.mil https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf https://www.acq.osd
.mil/dpap/dars/dfars/html/current/2525204.htm CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 23 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) Cyber Incident Reporting, of this contract. “High Assessment” means an assessment that is conducted by Government personnel using NIST SP 800-171A, Assessing Security Requirements for Controlled Unclassified Information that -- (1) Consists of -- (i) A review of a contractor's Basic Assessment; (ii) A thorough document review; (iii) Verification, examination, and demonstration of a Contractor's system security plan to validate that NIST SP 800-171 security requirements have been implemented as described in the contractor's system security plan; and (iv) Discussions with the contractor to obtain additional information or clarification, as needed; and (2) Results in a confidence level of “High” in the resulting score. “Medium Assessment” means an assessment conducted by the Government that -- (1) Consists of -- (i) A review of a contractor's Basic Assessment; (ii) A thorough document review; and (iii) Discussions with the contractor to obtain additional information or clarification, as needed; and (2) Results in a confidence level of “Medium” in the resulting score. (b) Applicability. This clause applies to covered contractor information systems that are required to comply with the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, in accordance with Defense Federal Acquisition Regulation System (DFARS) clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, of this contract. (c) Requirements. The Contractor shall provide access to its facilities, systems, and personnel necessary for the Government to conduct a Medium or High NIST SP 800-171 DoD Assessment, as described in NIST SP 800-171 DoD Assessment Methodology at https://www.acq.osd. mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html, if necessary. (d) Procedures. Summary level scores for all assessments will be posted in the Supplier Performance Risk System (SPRS) (https://www.sprs. csd.disa.mil/) to provide DoD Components visibility into the summary level scores of strategic assessments. (1) Basic Assessments. A contractor may submit, via encrypted email, summary level scores of Basic Assessments conducted in accordance with the NIST SP 800-171 DoD Assessment Methodology to webptsmh@navy.mil for posting to SPRS. (i) The email shall include the following information: (A) Version of NIST SP 800-171 against which the assessment was conducted. (B) Organization conducting the assessment (e.g., Contractor self-assessment). (C) For each system security plan (security requirement 3.12.4) supporting the performance of a DoD contract -- (1) All industry Commercial and Government Entity (CAGE) code(s) associated with the information system(s) addressed by the system security plan; and (2) A brief description of the system security plan architecture, if more than one plan exists. (D) Date the assessment was completed (E) Summary level score (e.g., 95 out of 110, NOT the individual value for each requirement). (F) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (ii) If multiple system security plans are addressed in the email described at paragraph (b)(1)(i) of this section, the Contractor shall use the following format for the report: System Security Plan CAGE Codes supported by this plan Brief description of the plan architecture Date of assessment Total Score Date score of 110 will achieved (1) Medium and High Assessments. DoD will post the following Medium and/or High Assessment summary level scores to SPRS for each system security plan assessed: (i) The standard assessed (e.g., NIST SP 800-171 Rev 1). (ii) Organization conducting the assessment, e.g., DCMA, or a specific organization (identified by Department of Defense Activity Address Code (DoDAAC)). (iii) All industry CAGE code(s) associated with the information system(s) addressed by the system security plan. https://www.acq.osd.mil/dpap/dars/dfars/html/current/252204.htm https://www.acq.
osd.mil/dpap/dars/dfars/html/current/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html https://www.acq.
osd.mil/dpap/dars/dfars/html/current/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html https://www.sprs.csd.disa.mil/ https://www.sprs.csd.disa.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 24 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) (iv) A brief description of the system security plan architecture, if more than one system security plan exists. (v) Date and level of the assessment, i.e., medium or high. (vi) Summary level score (e.g., 105 out of 110, not the individual value assigned for each requirement). (vii) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (e) Rebuttals. (1) DoD will provide Medium and High Assessment summary level scores to the Contractor and offer the opportunity for rebuttal and adjudication of assessment summary level scores prior to posting the summary level scores to SPRS (see SPRS User's Guide https://www. sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf). (2) Upon completion of each assessment, the contractor has 14 business days to provide additional information to demonstrate that they meet any security requirements not observed by the assessment team or to rebut the findings that may be of question. (f) Accessibility. (1) Assessment summary level scores posted in SPRS are available to DoD personnel, and are protected, in accordance with the standards set forth in DoD Instruction 5000.79, Defense-wide Sharing and Use of Supplier and Product Performance Information (PI). (2) Authorized representatives of the Contractor for which the assessment was conducted may access SPRS to view their own summary level scores, in accordance with the SPRS Software User's Guide for Awardees/Contractors available at https://www.sprs.csd.disa.mil/pdf/ SPRS_Awardee.pdf. (3) A High NIST SP 800-171 DoD Assessment may result in documentation in addition to that listed in this clause. DoD will retain and protect any such documentation as “Controlled Unclassified Information (CUI)” and intended for internal DoD use only. The information will be protected against unauthorized use and release, including through the exercise of applicable exemptions under the Freedom of Information Act (e.g., Exemption 4 covers trade secrets and commercial or financial information obtained from a contractor that is privileged or confidential). (g) Subcontracts. (1) The Contractor shall insert the substance of this clause, including this paragraph (g), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items (excluding COTS items). (2) The Contractor shall not award a subcontract or other contractual instrument, that is subject to the implementation of NIST SP 800-171 security requirements, in accordance with DFARS clause 252.204-7012 of this contract, unless the subcontractor has completed, within the last 3 years, at least a Basic NIST SP 800-171 DoD Assessment, as described in https://www.acq.osd.mil/dpap/pdi/cyber/ strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html, for all covered contractor information systems relevant to its offer that are not part of an information technology service or system operated on behalf of the Government. (3) If a subcontractor does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the subcontractor may conduct and submit a Basic Assessment, in accordance with the NIST SP 800-171 DoD Assessment Methodology, to webptsmh@navy.mil for posting to SPRS along with the information required by paragraph (d) of this clause. (End of clause) 252.223-7006 PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR HAZARDOUS MATERIALS - BASIC (SEPT 2014) (DFARS) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) (DFARS) 252.225-7007 PROHIBITION ON ACQUISITION OF UNITED STATES MUNITIONS LIST ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) (DFARS) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) (DFARS) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) (DFARS) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (DFARS) (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 https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html mailto:webptsmh@navy.mil CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 25 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) 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 items -- (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. When creating documents in WAWF, an invoice and receiving report are both required unless an exception at DFARS 232.7002(a) applies. The invoice and receiving report may be submitted separately or together as a combo type document. See DFARS appendix F for detailed instructions on preparing the WAWF receiving report. ***NOTE: For contracts in accordance with fast payment procedures, if the customer does not have a registered acceptor in WAWF, submit an invoice only. (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (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. N/A for supply contracts/submit an invoice 2in1 for service contracts (Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (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 item financing, submit a commercial item 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 See Resulting Award Issue By DoDAAC See Resulting Award Admin DoDAAC** See Resulting Award http://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm http://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm https://www.sam.gov/ https://wawf.eb.mil/ https://wawf.eb.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 26 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) Field Name in WAWF Data to be entered in WAWF Inspect By DoDAAC See Resulting Award if applicable Ship To Code See Resulting Award if applicable Ship From Code See Resulting Award if applicable Mark For Code See Resulting Award if applicable Service Approver (DoDAAC) See Resulting Award if applicable Service Acceptor (DoDAAC) See Resulting Award if applicable Accept at Other DoDAAC See Resulting Award if applicable LPO DoDAAC See Resulting Award if applicable DCAA Auditor DoDAAC See Resulting Award if applicable Other DoDAAC(s) See Resulting Award if applicable (*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. Contact the local contract administrator found in block 6 of the DD 1155 (Contracting Officer: Insert applicable information or “Not applicable.”) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (DFARS) 252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (MAY 2020) (DFARS) 252.239-7098 PROHIBITION ON CONTRACTING TO MAINTAIN OR ESTABLISH A COMPUTER NETWORK UNLESS SUCH NETWORK IS DESIGNED TO BLOCK ACCESS TO CERTAIN WEBSITES – REPRESENTATION (DEVIATION 2021-O0003) (APR 2021) (DFARS) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) (DFARS) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (OCT 2020) (DFARS) 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) (DFARS) 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) (FAR) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 27 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) (FAR) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) (FAR) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ``does not provide covered 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'' in the provision at 52.204 -26, Covered Telecommunications Equipment or Services -- Representation, or in paragraph (v) of the provision at 52.212 -3, Offeror Representations and Certifications - Commercial Items. (a) Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204 -25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 -232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to -- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third- party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 -232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to -- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third- party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https:// www.sam.gov) for entities excluded from receiving federal awards for ``covered telecommunications equipment or services.'' (d) Representations. The Offeror represents that -- (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ``will'' in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that -- It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ``does'' in paragraph (d)(2) of this section. (e) Disclosures. ( 1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ``will'' in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment -- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services -- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 28 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ``does'' in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment -- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services -- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) (FAR) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) (FAR) (a) Definitions. As used in this provision, “covered telecommunications equipment or services” has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”. (c) Representation. The Offeror represents that it [ ] does, [ ] does not provide covered 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. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.211-5 MATERIAL REQUIREMENTS (AUG 2000) (FAR) 52.213-4 TERMS AND CONDITIONS - SIMPLIFIED ACQUISITION (OTHER THAN COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2022) (FAR) *** (c) FAR . 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 *** 52.222-19 CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JAN 2022) (FAR) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES, ALT I (JUN 2014) (FAR) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 29 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) Notice: The following term(s) of this clause are waived for this contract: _______________ [List term(s)]. 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) (FAR) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (FEB 2021) (FAR) (a) “Hazardous material,” as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material (If none, insert “None”) Identification No. (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to -- (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of Clause) 52.223-7 NOTICE OF RADIOACTIVE MATERIALS (JAN 1997) (FAR) As prescribed in 23.602, insert the following clause: (a) The Contractor shall notify the Contracting Officer or designee, in writing, ___________* days prior to the delivery of, or prior to completion of any servicing required by this contract of, items containing either (1) radioactive material requiring specific licensing under the regulations issued pursuant to the Atomic Energy Act of 1954, as amended, as set forth in Title 10 of the Code of Federal Regulations, in effect on the date of this contract, or (2) other radioactive material not requiring specific licensing in which the specific activity is greater than 0.002 microcuries per gram or the activity per item equals or exceeds 0.01 microcuries. Such notice shall specify the part or parts of the items which contain radioactive materials, a description of the materials, the name and activity of the isotope, the manufacturer of the materials, and any other information known to the Contractor which will put users of the items on notice as to the hazards involved (OMB No. 9000-0107). http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/23.htm CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 30 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION I - CONTRACT CLAUSES (CONTINUED) * The Contracting Officer shall insert the number of days required in advance of delivery of the item or completion of the servicing to assure that required licenses are obtained and appropriate personnel are notified to institute any necessary safety and health precautions. See FAR 23.601(d). (b) If there has been no change affecting the quantity of activity, or the characteristics and composition of the radioactive material from deliveries under this contract or prior contracts, the Contractor may request that the Contracting Officer or designee waive the notice requirement in paragraph (a) of this clause. Any such request shall -- (1) Be submitted in writing; (2) State that the quantity of activity, characteristics, and composition of the radioactive material have not changed; and (3) Cite the contract number on which the prior notification was submitted and the contracting office to which it was submitted. (c) All items, parts, or subassemblies which contain radioactive materials in which the specific activity is greater than 0.002 microcuries per gram or activity per item equals or exceeds 0.01 microcuries, and all containers in which such items, parts or subassemblies are delivered to the Government shall be clearly marked and labeled as required by the latest revision of MIL-STD 129 in effect on the date of the contract. (d) This clause, including this paragraph (d), shall be inserted in all subcontracts for radioactive materials meeting the criteria in paragraph (a) of this clause. (End of Clause) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (FAR) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (FAR) 52.243-1 CHANGES - FIXED PRICE (AUG 1987) (FAR) 52.246-2 INSPECTION OF SUPPLIES- FIXED PRICE (AUG 1996) (FAR) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) (FAR) SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (DFARS) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020) (DFARS) Substitute the following paragraphs (b), d) and (e) for paragraph (b) and (d) of the provision at FAR 52.204-8: (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (e) of this provision applies. (2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (e) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: (i) [ ] Paragraph (e) applies. (ii) [ ] Paragraph (e) does not apply and the Offeror has completed the individual representations and certifications in the solicitation. (d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus --Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment --Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold. iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.225-7049, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services --Representations. Applies to solicitations for the acquisition of commercial satellite services. (vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 31 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS (CONTINUED) all solicitations expected to result in contracts of $150,000 or more. (vii) 252.229-7012, Tax Exemptions (Italy) --Representation. Applies to solicitations and contracts when contract performance will be in Italy. (viii) 252.229-7013, Tax Exemptions (Spain) --Representation. Applies to solicitations and contracts when contract performance will be in Spain. (ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] [ ] (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. [ ] ii) 252.225-7000, Buy American --Balance of Payments Program Certificate. [ ] (iii) 252.225-7020, Trade Agreements Certificate. [ ] Use with Alternate I. [ ] (iv) 252.225-7031, Secondary Arab Boycott of Israel. [ ] (v) 252.225-7035, Buy American --Free Trade Agreements --Balance of Payments Program Certificate. [ ] Use with Alternate I. [ ] Use with Alternate II. [ ] Use with Alternate III. [ ] Use with Alternate IV. [ ] Use with Alternate V. [ ] (vi) 252.226-7002, Representation for Demonstration Project for Contractors Employing Persons with Disabilities. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (End of provision) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) (DFARS) 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020) (FAR) (a) Definitions. As used in this provision -- Commercial and Government Entity (CAGE) code means -- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 32 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS (CONTINUED) (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates “has” in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code: _______________ Immediate owner legal name: _______________ (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates “yes” in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: _______________ Highest-level owner legal name: _______________ (Do not use a “doing business as” name) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (SEPT 2021) (FAR) (a)(1) The North American Industry classification System (NAICS) code for this acquisition is ___SEE SECTION A OF FORM SF18___ . (2) The small business size standard is ___SEE SECTION A OF FORM SF18___. (3) The small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition -- (i) Is set aside for small business and has a value above the simplified acquisition threshold; (ii) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (iii) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless -- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that -- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.204-26, Covered Telecommunications Equipment or Services-Representation. This provision applies to all solicitations. (viI) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations --Representation. (viiI) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 33 OF 36 PAGES CONTINUED ON NEXT PAGE SPE2DS-22-T-8390 SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS (CONTINUED) to exceed the simplified acquisition threshold. (ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (x) 52.214-14, Place of Performance --Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned. (xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xv) 52.222-25, Affirmative Action Compliance.This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA -designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA - designated items. (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -Representation. This provision applies to solicitation that include the clause at 52.204-7. (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American --Free Trade Agreements --Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I app

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

TOURNIQUET, NONPNEUM

Due: 01 May, 2024 (in 1 day)Agency: Department of Defense