DETENTION FEE

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

Basic Details

started - 02 Apr, 2024 (1 month ago)

Start Date

02 Apr, 2024 (1 month ago)
due - 02 Apr, 2024 (1 month ago)

Due Date

02 Apr, 2024 (1 month ago)
Award

Type

Award

Identifier

N/A
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

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

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

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 See Schedule 1. REQUISITION NUMBER SPE601-24-D-1505 2. CONTRACT NO. 2024 APR 03 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER SPE601-23-R-0313 5. SOLICITATION NUMBER 2023 AUG 30 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/ LOCAL TIME 9. ISSUED BY CODE SPE601 DLA ENERGY AEROSPACE ENRGY-DLAE-M BLDG 5730 1525 WURTSMITH STREET JBSA LACKLAND TX 78236 USA Local Admin: SARAH RAMSEUR DSR0113 Tel: 210-780-4905 Email: SARAH.RAMSEUR@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 488490NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED Net 30 days 12. DISCOUNT TERMS 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 SPE601 SEE BLOCK 9 Criticality: PAS : None 17a. CONTRACTOR/ CODE OFFEROR FACILITY CODE 0B434 MATHESON TRI-GAS, INC. 3 MOUNTAINVIEW RD STE 3 WARREN NJ 07059-6704 USA TELEPHONE NO. 2156484090 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 $280,174.96 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 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 Leno Smith Leno.Smith@dla.mil 31b. NAME OF CONTRACTING OFFICER (Type or Print) 2024 APR 02 31c. DATE SIGNED 1 SPE60123R0313 2024-Jan-26 SEE SCHEDULE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE SEE SCHEDULE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA - FAR (48 CFR) 53.212 SEE ADDENDUM See Schedule 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 17 Leno Smith 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 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 17 PAGES SPE601-24-D-1505 The Terms, Conditions and Clauses of Solicitation SPE601-23R-0313 are hereby incorporated into the contract. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 4 OF 17 PAGES SPE601-24-D-1505 Quality Technical Provisions PROPELLANT PRESSURI,LN9 9135-016653253 PR #: 7002830183,7002221372,7002681871,7001817991,7002415155,7002682050 IAW BASIC SPEC NR MIL-PRF-27401H(1) REVISION NR H DTD 10/16/2023 PART PIECE NUMBER: IAW REFERENCE QAP 52838 ENERGY-QAP-E22 REVISION NR D DTD 02/09/2022 PART PIECE NUMBER: IAW REFERENCE QAP 52838 ENERGY-QAP-E35 REVISION NR A DTD 12/01/2011 PART PIECE NUMBER: IAW REFERENCE QAP 52838 ENERGY-QAP-C1.02 REVISION NR C DTD 12/01/2016 PART PIECE NUMBER: IAW REFERENCE QAP 52838 ENERGY-QAP-E1.15 REVISION NR A DTD 09/01/2013 PART PIECE NUMBER: IAW REFERENCE QAP 52838 ENERGY-QAP-E33.10 REVISION NR A DTD 07/01/2008 PART PIECE NUMBER: IAW REFERENCE QAP 52838 ENERGY-QAP-E6 REVISION NR A DTD 08/01/2015 PART PIECE NUMBER: PROPELLANT PRESSURIZING AGENT,NITROGEN, 99.99 MINIMUM BY VOLUME NITROGEN Quality Technical Provisions Expedited/Emergency Delivery,V200 9135-SE0000177 PR #: 7002830183,7002221372,7002681871,7001817991,7002415155,7002682050 Expedited/Emergency Delivery: Emergency deliveries shall be within three (3) calendar days of request unless otherwise determined with the DLA Contracting Officer. After emergency delivery order is placed, Contractor shall coordinate delivery time and acceptance of emergency deliveries with customer. 9135 - SE0000177,,Expedited/Emergency Delivery Quality Technical Provisions Detention Fee,V200 9135-SE0000179 PR #: 7002830183,7002221372,7002681871,7001817991,7002415155,7002682050 Quality Technical Provisions Fill Line Restriction Orifice,V200 9135-SE0000181 PR #: 7002830183,7002221372,7002681871,7001817991,7002415155,7002682050 Tank Over-Pressure Protection: If it is determined during supplier site visits or upon review of Customer tank technical information(>,)> that additional tank over-pressure protection is required to comply with CGA P-59, Prevention of Over-Pressure during Filling of Cryogenic Vessels, the Contractor shall identify the deficiency to the designated Customer representative(s) for implementation of corrective action. The Contractor may be requested to provide and install the additional tank protection, which may encompass any of the methods identified in the P-59. NOTE: Over-pressure protection devices shall not be installed on Customer-owned storage tanks without prior coordination with DLA Energy Contracting Officer and the activity that physically possesses the tank(s). 9135 - SE0000181,,Fill Line Restriction Orifice INCLUDE ZF001 OBJECT TEXT ID ST LANGUAGE EN Quality Technical Provisions Tank Hot Fill,V200 9135-SE0000183 PR #: 7002830183,7002221372,7002681871,7001817991,7002415155,7002682050 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 17 PAGES SPE601-24-D-1505 INCLUDE ZF002 OBJECT TEXT ID ST LANGUAGE EN Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0001 LN9 9135-016653253 81 TN TANK TRUCK W 254.120000 20,583.72 USD 0014 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSPTMUGU2 Inspect By: SJ0652 Accept By: N0429A Period of Performance: 04/03/2024-06/30/2026 Escalator: CENTUSDTN - 1CENTUSDTN Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-016653253 (LN9) CDSPTMUGU2 - NAVAL BASE PT. MUGU CA PROPELLANT PRESSURI Delivery Address: Ronnld Reagan Street Bldg. 348 Point Mugu CA 93042 Service Code Delivery DODAAC Ordering Office DODAAC NAVY N0429A N0429A Name Phone JOHN MIRANDA 805-989-0068 Mode Receipt % Max Parcel Min Parcel FOB Restriction TANK TRUCK W No. of Tanks Capacity Type Tank Location 1 2000 ABOVE GROUND TANK(S) BLDG 348 Delivery Hours: 0730-0900, MONDAY-THURSDAY, CLOSED U.S. FEDERAL HOLIDAYS CLIN 0001: ESTIMATED QTY: 81 Period of Performance: 04/01/2024 - 06/30/2026 YEAR 1 - 04/03/2024 - 03/31/2025 Estimated Qty: 36 TN Unit Price $254.12 Extended Total $9148.32 YEAR 2 -04/03/2025 - 03/31/2026 Estimated Qty: 36 TN Unit Price $271.91 Extended Total $9788.76 YEAR 3 - 04/03/2026 - 06/30/2026 Estimated Qty: 9 TN Unit Price $290.94 Extended Total $2618.46 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0002 V200 9135-SE0000177 3 EA Mode 200.000000 600.00 USD 0015 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSPTMUGU2 Inspect By: Accept By: N0429A Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000177 (V200) CDSPTMUGU2 - NAVAL BASE PT. MUGU CA Expedited/Emergency Delivery Delivery Address: Ronnld Reagan Street Bldg. 348 Point Mugu CA 93042 Service Code Delivery DODAAC Ordering Office DODAAC NAVY N0429A N0429A Name Phone JOHN MIRANDA 805-989-0068 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 17 PAGES SPE601-24-D-1505 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS Delivery Hours: 0730-0900, MONDAY-THURSDAY, CLOSED FEDERAL HOLIDAYS CLIN 0002: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $200.00 Extended Total $600.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0003 V200 9135-SE0000179 3 EA Mode 100.000000 300.00 USD 0016 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSPTMUGU2 Inspect By: Accept By: N0429A Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000179 (V200) CDSPTMUGU2 - NAVAL BASE PT. MUGU CA Detention Fee Delivery Address: Ronnld Reagan Street Bldg. 348 Point Mugu CA 93042 Service Code Delivery DODAAC Ordering Office DODAAC NAVY N0429A N0429A Name Phone JOHN MIRANDA 805-989-0068 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS Delivery Hours: 0730-0900, MONDAY-THURSDAY, CLOSED FEDERAL HOLIDAYS CLIN 0003: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $100.00 Extended Total $300.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0004 V200 9135-SE0000181 3 EA Mode 100.000000 300.00 USD 0017 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSPTMUGU2 Inspect By: Accept By: N0429A Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000181 (V200) CDSPTMUGU2 - NAVAL BASE PT. MUGU CA Fill Line Restriction Orifice Delivery Address: Ronnld Reagan Street Bldg. 348 Point Mugu CA 93042 Service Code Delivery DODAAC Ordering Office DODAAC NAVY N0429A N0429A Name Phone CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 17 PAGES SPE601-24-D-1505 JOHN MIRANDA 805-989-0068 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS Delivery Hours: 0730-0900, MONDAY-THURSDAY, CLOSED FEDERAL HOLIDAYS CLIN 0004: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $100.00 Extended Total $300.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0005 V200 9135-SE0000183 3 EA Mode 200.000000 600.00 USD 0018 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSPTMUGU2 Inspect By: Accept By: N0429A Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000183 (V200) CDSPTMUGU2 - NAVAL BASE PT. MUGU CA Tank Hot Fill Delivery Address: Ronnld Reagan Street Bldg. 348 Point Mugu CA 93042 Service Code Delivery DODAAC Ordering Office DODAAC NAVY N0429A N0429A Name Phone JOHN MIRANDA 805-989-0068 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS Delivery Hours: 0730-0900, MONDAY-THURSDAY, CLOSED FEDERAL HOLIDAYS CLIN 0005: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $200.00 Extended Total $600.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0006 LN9 9135-016653253 68 TN TANK TRUCK 209.930000 14,275.24 USD 0024 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSEDWARDS Inspect By: SJ0652 Accept By: FP8084 Period of Performance: 04/03/2024-06/30/2026 Escalator: CENTUSDTN - 1CENTUSDTN Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-016653253 (LN9) CDSEDWARDS - EDWARDS AFB 412TH CA PROPELLANT PRESSURI Delivery Address: 412 TW FMA FAC 1718 FLIGHTLINE EDWARDS AFB CA 93524 Service Code Delivery DODAAC Ordering Office DODAAC USAF FP8084 FP8084 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 17 PAGES SPE601-24-D-1505 Name Phone DANIEL V LOA 661-277-2272 Mode Receipt % Max Parcel Min Parcel FOB Restriction TANK TRUCK No. of Tanks Capacity Type Tank Location 2 6000 ABOVE GROUND TANK(S) FAC 1718 Delivery Hours: 0700 - 1200 M-F CLIN 0006: ESTIMATED QTY: 68 Period of Performance: 04/01/2024 - 06/30/2026 YEAR 1 - 04/03/2024 - 03/31/2025 Estimated Qty: 30 TN Unit Price $209.93 Extended Total $6297.90 YEAR 2 -04/03/2025 - 03/31/2026 Estimated Qty: 30 TN Unit Price $224.63 Extended Total $6738.90 YEAR 3 - 04/03/2026 - 06/30/2026 Estimated Qty: 8 TN Unit Price $240.35 Extended Total $1922.80 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0007 V200 9135-SE0000177 2 EA Mode 200.000000 400.00 USD 0025 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSEDWARDS Inspect By: Accept By: FP8084 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000177 (V200) CDSEDWARDS - EDWARDS AFB 412TH CA Expedited/Emergency Delivery Delivery Address: 412 TW FMA FAC 1718 FLIGHTLINE EDWARDS AFB CA 93524 Service Code Delivery DODAAC Ordering Office DODAAC USAF FP8084 Name Phone DANIEL V LOA 661-277-2272 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0007: 04/03/2024 - 06/30/2026 Estimated Qty 2 EA Unit Price $200.00 Extended Total $400.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0008 V200 9135-SE0000179 2 EA Mode 100.000000 200.00 USD 0026 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSEDWARDS Inspect By: Accept By: FP8084 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000179 (V200) CDSEDWARDS - EDWARDS AFB 412TH CA CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 17 PAGES SPE601-24-D-1505 Detention Fee Delivery Address: 412 TW FMA FAC 1718 FLIGHTLINE EDWARDS AFB CA 93524 Service Code Delivery DODAAC Ordering Office DODAAC USAF FP8084 Name Phone DANIEL V LOA 661-277-2272 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0008: 04/03/2024 - 06/30/2026 Estimated Qty 2 EA Unit Price $100.00 Extended Total $200.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0009 V200 9135-SE0000181 2 EA Mode 100.000000 200.00 USD 0027 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSEDWARDS Inspect By: Accept By: FP8084 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000181 (V200) CDSEDWARDS - EDWARDS AFB 412TH CA Fill Line Restriction Orifice Delivery Address: 412 TW FMA FAC 1718 FLIGHTLINE EDWARDS AFB CA 93524 Service Code Delivery DODAAC Ordering Office DODAAC USAF FP8084 Name Phone DANIEL V LOA 661-277-2272 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0009: 04/03/2024 - 06/30/2026 Estimated Qty 2 EA Unit Price $100.00 Extended Total $200.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0010 V200 9135-SE0000183 2 EA Mode 200.000000 400.00 USD 0028 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSEDWARDS Inspect By: Accept By: FP8084 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000183 (V200) CDSEDWARDS - EDWARDS AFB 412TH CA Tank Hot Fill Delivery Address: 412 TW FMA FAC 1718 FLIGHTLINE EDWARDS AFB CA 93524 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 17 PAGES SPE601-24-D-1505 Service Code Delivery DODAAC Ordering Office DODAAC USAF FP8084 Name Phone DANIEL V LOA 661-277-2272 Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0010: 04/03/2024 - 06/30/2026 Estimated Qty 2 EA Unit Price $200.00 Extended Total $400.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0011 LN9 9135-016653253 675 TN TANK TRUCK W 356.320000 240,516.00 USD 0029 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSARMWSMR Inspect By: SJ0652 Accept By: W81C39 Period of Performance: 04/03/2024-06/30/2026 Escalator: CENTUSDTN - 1CENTUSDTN Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-016653253 (LN9) CDSARMWSMR - 300K VIBRATION TEST FACILI NM PROPELLANT PRESSURI Delivery Address: TEWS-SVA-O, Bldg 19468 White Sands Missile Range NM Service CodeDelivery DODAAC Ordering Office DODAAC ARMY W81C39 W81C39 Name Phone MIGUEL TORRES (575) 678-1310 / Mode Receipt % Max Parcel Min Parcel FOB Restriction TANK TRUCK W No. of Tanks Capacity Type Tank Location 1 11858 ABOVE GROUND TANK(S) TEWS-SVA-O, BLDG 19468, WHITE SANDS MISSILE RAN Delivery Hours: 0700-1330, MONDAY-FRIDAY, CLOSED U.S. FEDERAL ANDLOCAL HOLIDAYS CLIN 0011: ESTIMATED QTY: 675 Period of Performance: 04/01/2024 - 06/30/2026 YEAR 1 - 04/03/2024 - 03/31/2025 Estimated Qty: 300 TN Unit Price $356.32 Extended Total $106896.00 YEAR 2 -04/0132025 - 03/31/2026 Estimated Qty: 300 TN Unit Price $381.26 Extended Total $114378.00 YEAR 3 - 04/03/2026 - 06/30/2026 Estimated Qty: 75 TN Unit Price $407.95 Extended Total $30596.25 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0012 V200 9135-SE0000177 3 EA Mode 200.000000 600.00 USD 0030 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSARMWSMR Inspect By: Accept By: W81C39 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 17 PAGES SPE601-24-D-1505 NSN Delivery Identification State 9135-SE0000177 (V200) CDSARMWSMR - 300K VIBRATION TEST FACILI NM Expedited/Emergency Delivery Delivery Address: TEWS-SVA-O, Bldg 19468 White Sands Missile Range NM 88002 Service Code Delivery DODAAC Ordering Office DODAAC ARMY W81C39 Name Phone MIGUEL TORRES (575) 678-1310 / Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0012: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $200.00 Extended Total $600.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0013 V200 9135-SE0000179 3 EA Mode 100.000000 300.00 USD 0031 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSARMWSMR Inspect By: Accept By: W81C39 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000179 (V200) CDSARMWSMR - 300K VIBRATION TEST FACILI NM Detention Fee Delivery Address: TEWS-SVA-O, Bldg 19468 White Sands Missile Range NM 88002 Service CodeDelivery DODAAC Ordering Office DODAAC ARMY W81C39 Name Phone MIGUEL TORRES (575) 678-1310 / Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0013: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $100.00 Extended Total $300.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0014 V200 9135-SE0000181 3 EA Mode 100.000000 300.00 USD 0032 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSARMWSMR Inspect By: Accept By: W81C39 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000181 (V200) CDSARMWSMR - 300K VIBRATION TEST FACILI NM CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 12 OF 17 PAGES SPE601-24-D-1505 Fill Line Restriction Orifice Delivery Address: TEWS-SVA-O, Bldg 19468 White Sands Missile Range NM 88002 Service Code Delivery DODAAC Ordering Office DODAAC ARMY W81C39 Name Phone MIGUEL TORRES (575) 678-1310 / Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0014: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $100.00 Extended Total $300.00 ---------------------------------------------------------------------------------------------------- Item Prod NSN Quantity UoM Mode Award Price Total SolItm . 0015 V200 9135-SE0000183 3 EA Mode 200.000000 600.00 USD 0033 Inspection Point: Origin Acceptance Point: Destination Accept Loc: CDSARMWSMR Inspect By: Accept By: W81C39 Period of Performance: 04/03/2024-06/30/2026 Escalator: - Base-Ref: 04/01/2024 Base-Price: 0.000000 NSN Delivery Identification State 9135-SE0000183 (V200) CDSARMWSMR - 300K VIBRATION TEST FACILI NM Tank Hot Fill Delivery Address: TEWS-SVA-O, Bldg 19468 White Sands Missile Range NM 88002 Service CodeDelivery DODAAC Ordering Office DODAAC ARMY W81C39 Name Phone MIGUEL TORRES (575) 678-1310 / Mode Receipt % Max Parcel Min Parcel FOB Restriction SERVICE MATERIALS CLIN 0015: 04/03/2024 - 06/30/2026 Estimated Qty 3 EA Unit Price $200.00 Extended Total $600.00 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 13 OF 17 PAGES CONTINUED ON NEXT PAGE SPE601-24-D-1505 Part 12 Clauses 52.216-21 REQUIREMENTS (OCT 1995) FAR As prescribed in 16.506(c), insert the following clause: (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as “estimated” or “maximum” in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 60 days after contract expiration. (End of Clause) 52.216-18 ORDERING (AUG 2020) FAR As prescribed in 16.506(a), insert the following clause: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Award Date through Contract Expiration Date. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.211-16 VARIATION IN QUANTITY (APR 1984) FAR As prescribed in 11.703(a), insert the following clause: (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase 10 Percent decrease This increase or decrease shall apply to Product CLINs.* (End of clause) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 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 (JAN 2023) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023) DFARS 252.204-7014 LIMITATIONS ON THE USE OR DISCLOSURE OF INFORMATION BY LITIGATION SUPPORT CONTRACTORS (JAN 2023) DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 2023) DFARS file:////content/16506-solicitation-provisions-and-contract-clauses https://www.acquisition.gov/far/part-16 https://www.acquisition.gov/far/part-11 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 14 OF 17 PAGES CONTINUED ON NEXT PAGE SPE601-24-D-1505 Part 12 Clauses (CONTINUED) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022) DFARS (a) Definitions. As used in this clause -- “Component” means any item supplied to the Government as part of an end product or of another component. “End product” means supplies delivered under a line item of this contract. "Qualifying country" means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries: Australia Austria Belgium Canada Czech Republic Denmark Egypt Estonia Finland France Germany Greece Israel Italy Japan Latvia Lithuania Luxembourg Netherlands Norway Poland Portugal Slovenia Spain Sweden Switzerland Turkey United Kingdom of Great Britain and Northern Ireland. “Structural component of a tent” -- (1) Means a component that contributes to the form and stability of the tent (e.g., poles, frames, flooring, guy ropes, pegs); and (2) Does not include equipment such as heating, cooling, or lighting. “United States” means the 50 States, the District of Columbia, and outlying areas. “U.S.-flag vessel” means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States: (1) Food. (2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials components thereof. Clothing includes items such as outerwear, headwear, underwear, nightwear. footwear, hosiery, handwear, belts, badges, and insignia. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 15 OF 17 PAGES CONTINUED ON NEXT PAGE SPE601-24-D-1505 Part 12 Clauses (CONTINUED) (3)(i) Tents and structural components of tents; (ii) Tarpaulins; or (iii) Covers. (4) Cotton and other natural fiber products. (5) Woven silk or woven silk blends. (6) Spun silk yarn for cartridge cloth. (7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics. (8) Canvas products. (9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles). (10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b). (c) This clause does not apply -- (1) To items listed in section 25.104(a) of the Federal Acquisition Regulation, or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices; (2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool -- (i) Is not more than 10 percent of the total price of the end product; and (ii) Does not exceed the threshold at Defense Federal Acquisition Regulation Supplement 225.7002-2(a); (3) To waste and byproducts of cotton or wool fiber for use in the production of propellants and explosives; (4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of where the foods (and any component if applicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in accordance with paragraph (d) of this clause; (5) To chemical warfare protective clothing produced in a qualifying country; or (6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if -- (i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include 3⁄4 (A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances); (B) Items made in whole or in part of fabric in Federal Supply Group 83, Textile/leather/furs/apparel/findings/tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia; (C) Upholstered seats (whether for household, office, or other use); and (D) Parachutes (Federal Supply Class 1670); or (ii) The fibers and yarns are para-aramid fibers and continuous filament para-aramid yarns manufactured in a qualifying country. (d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract -- (i) Shall be taken from the sea by U.S.-flag vessels; or (ii) If not taken from the sea, shall be obtained from fishing within the United States; and (2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United States. (End of clause) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) FAR 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) DFARS As prescribed in 232.7004 (b), use the following clause: (a) Definitions. As used in this clause - Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by https://www.acq.osd.mil/dpap/dars/dfars/html/current/225_70.htm https://www.acquisition.gov/dfars/part-232-contract-financing CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 16 OF 17 PAGES CONTINUED ON NEXT PAGE SPE601-24-D-1505 Part 12 Clauses (CONTINUED) Defense Federal Acquisition Regulation System (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall - (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https:// wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items - (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) Combo for product 2 in 1 for service (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. (Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial financing, submit a commercial financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table * Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SPE601 Admin DoDAAC SPE601 Inspect By DoDAAC Provided on Delivery Order Ship To Code SEE SCHEDULE Ship From Code Mark For Code Service Approver (DoDAAC) SPE601 Service Acceptor (DoDAAC) SPE601 Accept at Other DoDAAC SPE601 LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (* Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert “See Schedule” or “Not applicable.”) (** Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. AE-PROPELLANTGASES@DLA.MIL (Contracting Officer: Insert applicable information or “Not applicable.”) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. 52.233-3 PROTEST AFTER AWARD (AUG 1996) FAR https://www.sam.gov https://wawf.eb.mil/ https://wawf.eb.mil/ https://wawf.eb.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 17 OF 17 PAGES SPE601-24-D-1505 Part 12 Clauses (CONTINUED) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023) DFARS 252.246-7007 CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE SYSTEM (JAN 2023) DFARS 252.246-7008 SOURCES OF ELECTRONIC PARTS (JAN 2023) DFARS 52.247-34 F.O.B. DESTINATION (NOV 1991) FAR 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) FAR 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023) DFARS 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) FAR 52.204-30 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS -- PROHIBITION (DEC 2023) FAR Attachments List of Attachments Description File Name ATTACH_AE_A1_Aerospa ce_Text AE-A1-Aerospace Text.pdf ATTACH_AE_A2_Naval_B ase_Pt_Mugu_LN2_SOO AE-A2-Naval Base Pt Mugu LN2 SOO.pdf ATTACH_AE_A3_Edwards _AFB_412_TW_LN2_SOO AE-A3-Edwards AFB 412 TW LN2 SOO.pdf ATTACH_AE_A4_WSMR_ LN2_SOO AE-A4-WSMR LN2 SOO. pdf ATTACH_AE_A5_QAPs AE-A5-QAPs.pdf ATTACH_AE_A6_Matheso n_ENERGY_QAP_E33_10 __JUL_2008__Fillable AE-A6-Matheson ENERGY QAP E33.10 (JUL 2008) Fillable.pdf ATTACH_AE_A7_Contract or_Perf_Data_Sheet AE-A7-Contractor Perf Data Sheet.pdf ATTACH_AE_A8_LN2_MI L_PRF_27401H__2023_ AE-A8-LN2 MIL- PRF-27401H (2023).pdf ATTACH_Co_Signed_1449 SPE60124D1505 CO SIGNED.pdf

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania