DECAL

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7LX24FAMD1

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 26 Mar, 2024 (1 month ago)

Due Date

26 Mar, 2024 (1 month ago)
Award

Type

Award
SPE7LX24FAMD1

Identifier

SPE7LX24FAMD1
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.

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED 29. AWARD OF CONTRACT: REF. OFFER 16. ADMINISTERED BY CODE 7. FOR SOLICITATION INFORMATION CALL: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1. REQUISITION NUMBER 1000080438 2. CONTRACT NO. SPE7LX-21-D-0087 3. AWARD/EFFECTIVE DATE 2021 APR 01 4. ORDER NUMBER 5. SOLICITATION NUMBER SPE7LX-21-R-0074 6. SOLICITATION ISSUE DATE 2021 MAR 03 a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/ LOCAL TIME 9. ISSUED BY CODE SPE7L1 DLA LAND AND MARITIME LAND SUPPLY CHAIN PO BOX 3990 COLUMBUS OH 43218-3990 USA Local Admin: Heather Phelps PLCL44Q Tel: 614-692-3188 Email: Heather.Phelps@dla.mil 10. THIS ACQUISITION IS
UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM 8 (A) SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS NAICS: 333618 SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED 12. DISCOUNT TERMS Net 30 days 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE SPE7L1 SEE BLOCK 9 Criticality: PAS : None 17a. CONTRACTOR/ CODE OFFEROR FACILITY CODE 1CAY9 ATLANTIC DIVING SUPPLY, INC. DBA ADS 621 LYNNHAVEN PKWY STE 160 VIRGINIA BEACH VA 23452-7383 USA TELEPHONE NO. 7579658347 18a. PAYMENT WILL BE MADE BY CODE SL4701 DEF FIN AND ACCOUNTING SVC BSM P O BOX 182317 COLUMBUS OH 43218-2317 USA 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED. 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) $91,614,978.37 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (Type or Print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or Print) William Winegarner William.Winegarner@dla.mil 31c. DATE SIGNED 2021 MAR 19 1 SPE7LX-20-R-0001 2021-Feb-23 SEE SCHEDULE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE SEE SCHEDULE STANDARD FORM 1449 (REV. Prescribed by GSA - FAR (48 CFR) 53.212 SEE ADDENDUM Award sent EDI, Do not duplicate shipment DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH , HEREIN IS ACCEPTED AS TO ITEMS: EDWOSB PAGE 1 OF 7 32a. QUANTITY IN COLUMN 21 HAS BEEN ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:RECEIVED INSPECTED COMPLETE PARTIAL FINAL STANDARD FORM 1449 (REV. 2/2012) 36. PAYMENT PARTIAL FINAL 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR 37. CHECK NUMBER 38. S/R ACCOUNT NO. 39. S/R VOUCHER NUMBER 40. PAID BY 42a. RECEIVED BY (Print) 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 3 OF 7 PAGES SPE7LX-21-D-0087 Section A - General Award Information 1. Award: This Requirements Contract is being awarded to Atlantic Diving Supply, Inc., Commercial and Government Entity (CAGE) 1CAY9, as referenced per the bilateral agreement listed in Enclosure #1, for the 27,327 National Stock Numbers (NSNs) and prices referenced in Enclosure #2, and the 568,171 Non-NSNs and prices referenced in Enclosure #3. This contract award is for a potential total contract period of 10 years and is comprised of one (1), four (4)-Year Base Period, with three (3), two (2)-Year Option Periods, which may be exercised at the discretion of the Government. Do not ship any supplies until Delivery Orders (DOs) are issued as supplies shall be ordered by the issuance of DOs against the Basic Contract. Contract Effective Date: 04/01/2021 Basic Contract Period: 04/01/2021 through 03/31/2025 Total Contract Period: 04/01/2021 through 03/31/2031 if all option periods are exercised. Estimated Annual Demand Value: $22,903,744.59 Estimated 4-Year Base Period Value: $91,614,978.37 Estimated 10-Year Total Contract Value: $229,037,445.93 Total Award Amount: Value listed in Block 26 is for administrative purposes only. 2. Awarded Prices: The awarded prices for each biannual period will be specified on individual DOs issued against this contract. The awarded prices will be Fixed-Price with an Economic Price Adjustment (EPA) in accordance with DLAD Procurement Note L24. Each biannual adjustment will take place on 1 January and 1 July with the last adjustment potentially being effective on 1 Jan 2031. Each unit price can be found in Enclosure #2, for NSNs and Enclosure #3, for Non-NSNs. 3. Freight on Board: The Freight on Board (FOB) Point for Customer Direct (DVD) CONUS DOs will be FOB Destination, and FOB Origin for DVD OCONUS, Stock CONUS/OCONUS and FMS DOs. 4. Inspection & Acceptance: The Inspection & Acceptance Points for all DOs are stated by the applicable Place of Inspection Code (PIC) as referenced in Enclosure #4. 5. Awarded Delivery: Delivery is stated by delivery scenario as referenced in Enclosure #4. 6. Administration of Basic Contract: The Basic Contract Administrator (BCA) referenced in Block 9 will perform Administration of the Basic Contract. 7. Administration of Delivery Orders: DOs for NSNs that require Inspection and Acceptance at Destination will be administered by DLA Land and Maritime, and NSNs that require Inspection and Acceptance at Origin will be administered by the local Defense Contract Management Agency (DCMA) listed below: DCMA Hampton 2128 Pershing Avenue Fort Eustis, VA 23604 Phone: 757-527-4700 Fax: 757-527-4680 Email: DCMA.LEE.HQ.LIST.S5111A-CASD@MAIL.MIL 8. Surge & Sustainment: The awarded Surge and Sustainment pricing is referenced in Enclosure #5. 9. ADS Evaluation Responses: Any agreements that were made during negotiation are referenced in Enclosure #6. 10. Solicitation Number: Reference Block 5 of the SF1449 to read: The Government had a system error regarding SPE7LX-20-R-0001. Therefore, the Government used SPE7LX-21-R-0074 as a placeholder. All other terms and conditions remain the same as listed on SPE7LX-20-R-0001. 11. Solicitation Issues Date: As reference in Section 10 SPE7LX-21-0074 is a placeholder due to a system error. The solicitation issue date reads 3 Mar 2021. However, SPE7LX-20-0001 was issued on 23 December 2019. 12. DPAS Rating: Reference Block 13b of the SF1449 to read: See each DO 13. Method of Solicitation: Reference Block 14 of the SF1449 to read: RFP 14. Pre-Award Survey (PAS): Reference Block 16 of the SF1449 to read: PAS Waived 15.Clause Agreements & References: DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (DEC 2018) Pay Official DoDAAC: See Page 1 Issue by DoDAAC: SPE7LX Admin DoDAAC: SPE7LX (Inspection at Destination) or S5111A (Inspection at Origin) Inspect By DoDAAC: S5111A Ship to Code: See each DO Ship from Code: 1CAY9 (Destination Inspection) or 1CAY9 (Origin Inspection) Mark for Code: See each DO Service Approver (DoDAAC): See each DO CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 4 OF 7 PAGES SPE7LX-21-D-0087 Service Acceptor (DoDAAC): SPE7LX (Inspection at Destination) or S5111A (Inspection at Origin) Accept at Other (DoDAAC): See each DO LPO DoDAAC: See each DO DCAA Auditor DoDAAC: N/A Other DoDAAC(s): N/A WAWF Email Notification: Block 9 of SF1449 16. List of Documents, Exhibits, and Other Attachments a. This award consists of the following enclosures: 1. Enclosure #1 – Bilateral Agreement 2. Enclosure #2 – Awarded NSNs & Prices 3. Enclosure #3 – Awarded Non-NSNs & Prices 4. Enclosure #4 – Awarded Delivery 5. Enclosure #5 – Surge & Sustainment 6. Enclosure #6 – ADS Evaluation Responses 7. Enclosure #7 – Amendments 0001 – 0006 (FPR) 8. Enclosure #8 – Solicitation and Attachments CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 5 OF 7 PAGES CONTINUED ON NEXT PAGE SPE7LX-21-D-0087 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS PID Data - Custom Clause Insert (copy and paste) text for - PID information here SECTION I - CONTRACT CLAUSES 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) DFARS 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) DFARS 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (MAY 2019) DFARS 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) DFARS 52.232-17 INTEREST (MAY 2014) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 52.242-13 BANKRUPTCY (JUL 1995) FAR 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENTS (DEC 2012) DFARS As prescribed in 243.205-71, use the following clause: (a) The amount of any request for equitable adjustment to contract terms shall accurately reflect the contract adjustment for which the Contractor believes the Government is liable. The request shall include only costs for performing the change, and shall not include any costs that already have been reimbursed or that have been separately claimed. All indirect costs included in the request shall be properly allocable to the change in accordance with applicable acquisition regulations. (b) In accordance with 10 U.S.C. 2410(a), any request for equitable adjustment to contract terms that exceeds the simplified acquisition threshold shall bear, at the time of submission, the following certificate executed by an individual authorized to certify the request on behalf of the Contractor: I certify that the request is made in good faith, and that the supporting data are accurate and complete to the best of my knowledge and belief. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 6 OF 7 PAGES CONTINUED ON NEXT PAGE SPE7LX-21-D-0087 SECTION I - CONTRACT CLAUSES (CONTINUED) (Official's Name) (Title) (c) The certification in paragraph (b) of this clause requires full disclosure of all relevant facts, including (1) Certified cost or pricing data, if required, in accordance with subsection 15.403-4 of the Federal Acquisition Regulation (FAR); and (2) Data other than certified cost or pricing data, in accordance with subsection 15.403-3 of the FAR, including actual cost data and data to support any estimated costs, even if certified cost or pricing data are not required. (d) The certification requirement in paragraph (b) of this clause does not apply to (1) Requests for routine contract payments; for example, requests for payment for accepted supplies and services, routine vouchers under a cost-reimbursement type contract, or progress payment invoices; or (2) Final adjustments under an incentive provision of the contract. (End of clause) 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 REQUIREMENTS (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. (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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 7 OF 7 PAGES SPE7LX-21-D-0087 SECTION I - CONTRACT CLAUSES (CONTINUED) (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) SECTION J - LIST OF ATTACHMENTS List of Attachments File Name Description ATTACH__ Work ATTACH__ Work ATTACH_Enclosure_5___ S_S Work ATTACH_Enclosure_6 Work ATTACH_Enclosure_7 Work ATTACH_Memo_For_File Work 32a. QUANTITY IN COLUMN 21 HAS BEEN ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: RECEIVED INSPECTED COMPLETE PARTIAL FINAL STANDARD FORM 1449 (REV. 2/2012) BACK 36. PAYMENT PARTIAL FINAL 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE OF PAGES CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE OF PAGES CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE OF PAGES CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE OF PAGES CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE OF PAGES 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED 29. AWARD OF CONTRACT: REF. OFFER 16. ADMINISTERED BY CODE 7. FOR SOLICITATION INFORMATION CALL: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM 8 (A) SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 17a. CONTRACTOR/ CODE OFFEROR FACILITY CODE TELEPHONE NO. 18a. PAYMENT WILL BE MADE BY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED. 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED. SEE SCHEDULE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA - FAR (48 CFR) 53.212 SEE ADDENDUM DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH , HEREIN IS ACCEPTED AS TO ITEMS: EDWOSB PAGE OF 1.5 Solicitation/Contract/Order for Commercial Items skim Standard Form1449 - Sol PScript5.dll Version 5.2 Acrobat Distiller 6.0 (Windows) D:20050328134926-05'00' D:20090421093310-04'00' CONTINUED ON NEXT PAGE CONTINUED ON NEXT PAGE CONTINUED ON NEXT PAGE CONTINUED ON NEXT PAGE BOX32_RECEIVED: BOX32_INSPECT: BOX32_ACCEPT: BL32_NOTE: BL32B: BL32C: BL32D: BL32E: BL32F: BL32G: BL33: BOX33_PAR: BOX33_FIN: BL34: BL35: BOX36_COM: BOX36_PAR: BOX36_FIN: BL37: BL38: BL39: BL40_PAIDBY: BL42A: BL41B: BL41C_DATE: BL42B: BL42C: BL42D: BL41A: REFNUMBER: Z_DEFAULTCONTINUATION_TEXT_1: SECTIONHEADER: CURRENTPAGE_1: PAGECOUNT_1: SECTION_TITLE: Z_DEFAULTCURRENTPAGE_2: Z_DEFAULTPAGECOUNT_2: Z_DEFAULTCONTINUATION_TEXT_2: Z_DEFAULTCURRENTPAGE_3: Z_DEFAULTPAGECOUNT_3: Z_DEFAULTCONTINUATION_TEXT_3: Z_DEFAULTCURRENTPAGE_4: Z_DEFAULTPAGECOUNT_4: Z_DEFAULTCONTINUATION_TEXT_4: Z_DEFAULTCURRENTPAGE_5: Z_DEFAULTPAGECOUNT_5: Z_DEFAULTCONTINUATION_TEXT_5: ZSF1449_REQ_NO: 1000080438 ZSF1449_CON_NO: SPE7LX-21-D-0087 ZSF1449_AWD_EFF_DATE: 2021 APR 01 ORDER-NO: ZSF1449_SOL_NO: SPE7LX-21-R-0074 ISSUE-DATE: DOC-CONTACT-NAME: DOC-CONTACT-TEL: DATE-SUBMISSION: ISSUE-CODE: AGENCY-NAME: UR: SS: SBA-PERC: D1: D7: D6: D5: D8: SIC-CODE: SIZE-STANDARD: DISCOUNT-TERM: RATING-NO: SPS-RATING: RFQ: IFB: RFP: SHIP-CODE: ADMIN-CODE: ADMIN-NAME: FACILITY-CODE: CONT-CODE: CON-NAME: CON-TEL: PAY-CODE: PAY-NAME: SPS-ACCOUNTING: TOT-AWD-AMOUNT: BOX27A: YS: NS: BOX27B: YC: NC: BL30A: CO-SIGN: CON_SIGN_NAME: SIGN-DATE: CO-NAME: DATE-SIGN: ADUM: XCOPIES: BOX28: BOX29: AWARD-REFERENCE: REF-DATE: DS: BLK17B: ZSF1449_DEL_NAME1: SEE SCHEDULE ZS_FORM_SIGNATURE: ImageField1: ZSF1449_ACCPT_ITMS: ZSF1449_SUPSERV1: Award sent EDI, Do not duplicate shipment CurrentPage: PageCount: Custom_Clause1449AWD: LTC_ATTACHMENT: RICH_TEXT: SECTIONTITLE: BOLD_TEXT: TEXT: HDR_CELL_1: HDR_CELL_2: HDR_CELL_3: HDR_CELL_4: HDR_CELL_5: HDR_CELL_6: ROW_CELL_1: ROW_CELL_2: ROW_CELL_3: ROW_CELL_4: ROW_CELL_5: ROW_CELL_6:

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania