Littoral Combat Ship (LCS) Training Systems Littoral Training Facility (LTF) Mission Bay Trainer (MBT) Spares Kits

expired opportunity(Expired)
From: Federal Government(Federal)
NAWCTSD03122024

Basic Details

started - 12 Mar, 2024 (1 month ago)

Start Date

12 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (25 days ago)

Due Date

01 Apr, 2024 (25 days ago)
Bid Notification

Type

Bid Notification
NAWCTSD03122024

Identifier

NAWCTSD03122024
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE NAVY (156958)NAVAIR (14274)NAVAIR NAWC TSD (1073)NAWC TRAINING SYSTEMS DIV (1073)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

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.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the synopsis and solicitation of the quoted items; no additional request for quotes and/or request for solicitation will be issued.This solicitation is issued as Request for Quotation (RFQ) N61340-24-R-0052 and incorporates the provisions and clauses through Federal Acquisition Circular (FAC) 2023-01.This procurement is being solicited as a 100% small business set-aside. The North American Classification System (NAICS) code for this effort is 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) with a size standard of 1,000 employees. This procurement will be awarded using the Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. Naval Air Warfare Center Training Systems Division (NAWCTSD) in
Orlando, Florida intends to issue a Firm Fixed Price (FFP) purchase order that covers brand name specific, with no substituted commercial items. All quote information shall be furnished at no cost or obligation to the Government.Requirement Description: The purpose of this procurement is to acquire spares kits related to the Littoral Combat Ship (LCS) Training Systems for the Mission Bay Trainer (MBT) located at the LCS Littoral Training Facility (LTFs) in San Diego, CA and Mayport, FL. The required materials (descriptions, specifications, part number, and quantities) are identified in the CLIN 0001 and CLIN 0002 below. Configuration control is of significant importance, as the current environment and support structures (e.g., classroom dimensions, connectivity, environmental controls, utility capacity, etc.) cannot be altered without significant additional expense (cost and schedule) or negatively impacting training capacity. Response Submission Instructions:1) LCS MBT Spares Kit shall be priced as follows:CLIN 0001Item Description Littoral Combat Ship (LCS) EquipmentMission Bay Trainer (MBT) Spares KitSan Diego, CAUnit of Issue KitQty 1Total PriceCLIN 0002Item Description Littoral Combat Ship (LCS) EquipmentMission Bay Trainer (MBT) Spares KitMayport, FLUnit of Issue KitQty 1Total PriceThe items required for the spares kit is reflected within the tables below. The tables shall be populated with the unit cost and total price for each listed item in each table and the total price at the bottom of the table shall include the cost of shipping. The manufacturer and part number columns are pre-populated to identify the brand name specific part numbers requested. The resulting purchase order will consist of two contract line item numbers (CLINs) as indicated below: 2) Dates and places of delivery, acceptance and F.O.B. destination point: Delivery shall be F.O.B. destination in accordance with FAR Clause 52.247-34: CLIN 0001Items 1-23 shall be shipped to the address below:Littoral Combat Ship Training FacilityAttention: Gary Hacker2680 Woden St., Bldg. 3304 Suite #1San Diego, CA 92136CLIN 0002Items 1-4 shall be shipped to the address below:Littoral Training Facility MayportAttn: Edmar Obenza2527 Baltimore StNaval Station MayportJacksonville, FL 32228 Note: Inspection and Acceptance will occur at each delivery site and will be conducted by the Government. Delivery shall occur within one hundred eighty (180) calendar days after contract award. The anticipated award date is 31 May 2024. 3) Basis of Award:The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest price technically accepted (LPTA). For the purposes of this evaluation technically acceptable is defined as a quote that:meets all item specifications;meets delivery date;is submitted by a small business under the requested NAICS code;is submitted by a small business that is registered in SAM with the correct NAICS code, at the time of receipt of quotations.All Quotes are due no later than 01 April 2024 at 4:00 PM (ET). Quotes will only be accepted via email as a MS Word or Adobe PDF attachment sent to christina.r.ruscito.civ@us.navy.mil. In addition to the requirements found at clause 52.212-1(b) and throughout this combined synopsis/solicitation, responses must also include solicitation number; a direct point of contact and telephone number of offeror. Proprietary data in the response will be protected where it is so designated.For information or questions regarding this RFQ, contact the cognizant Contract Specialist (CS), Tina Ruscito, at christina.r.ruscito.civ@us.navy.mil.4) Solicitation Provisions Incorporated by Reference:52.204-7 System for Award Management (OCT 2018)52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (NOV 2015)52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)52.211-6 Brand Name or Equal (AUG 1999)52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (NOV 2021)52.219-1 Small Business Program Representations, with Alternate I (OCT 2022)52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (JUN 2020)52.233-1 Disputes (MAY 2014)52.239-1 Privacy or Security Safeguards (AUG 1996)52.251-1 Government Supply Sources (APR 2012)52.252-2 Clauses Incorporated by Reference (FEB 1998)252.204-7004 Antiterrorism Awareness Training for Contractors (FEB 2019)5) Solicitation Provision(s) Incorporated by Full Text:52.225-2, BUY AMERICAN CERTIFICATE (OCT 2022)(a) (1) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominately of iron or steel or a combination of both, the offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select “no”. (3) The offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms “commercially available off-the-shelf (COTS) item,” “critical component,” “domestic end product,” “end product,” and “foreign end product” are defined in the clause of this solicitation entitled “Buy American—Supplies.”(b) Foreign End Products:Line Item No.:Country of Origin:[List as necessary](c) Domestic end products containing a critical component: Line Item No.___[List as necessary](d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation.(End of Provision)Contract Clauses Incorporated by Reference:52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)52.212-4 Contract Terms and Conditions – Commercial Items (NOV 2021)52.216-24 Limitation of Government Liability (APR 1984)52.232-39 Unenforceability of Unauthorized Obligations (JUNE 2013)52.247-34 F.O.B. – Destination (NOV 1991)252.203-7000 Requirements Relating to Compensation of Former DoD Officials (OCT 2016)252.203-7002 Requirements to Inform Employees of Whistleblower Rights (OCT 2016)252.203-7005 Representation Relating to Compensation of Former DoD Officials (OCT 2016)252.204-7000 Disclosure of Information (OCT 2016)252.204-7003 Control of Government Personnel Work Product (APR 1992)252.204-7004 Antiterrorism Awareness Training for Contractors (FEB 2019)252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)252.211-7003 Item Unique Identification and Valuation (MAR 2022)252.225-7001 Buy American and Balance of Payments Program--Basic (JUN 2022)252.232-7003 Electronic Submission of Payment Request and Receiving Reports (DEC 2018)252.232-7010 Levies on Contract Payments (DEC 2006)Contract Clauses Incorporated by Full Text:FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition and the following additional FAR clauses cited within apply to this acquisition.52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.]___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509).X___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved]___ (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C).X___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C).X___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313).___ (10) [Reserved]___ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (OCT 2022) (15 U.S.C. 657a).___ (ii) Alternate I (NOV 2011) of 52.219-3.___ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).___ (ii) Alternate I (MAR 2020) of 52.219-4.X___ (13) [Reserved]___ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644).___ (ii) Alternate I (MAR 2020) of 52.219-6.___ (iii) Alternate II (NOV 2011).___ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644).___ (ii) Alternate I (MAR 2020) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7.___ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2022) (15 U.S.C. 637(d)(2) and (3)).___ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2022) (15 U.S.C. 637(d)(4)).___ (ii) Alternate I (NOV 2016) of 52.219-9.___ (iii) Alternate II (NOV 2016) of 52.219-9.___ (iv) Alternate III (JUN 2020) of 52.219-9.___ (v) Alternate IV (SEP 2021) of 52.219-9.___ (18) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)).X___ (ii) Alternate I (MAR 2020) of 52.219-13.___ (19) 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637(a)(14)).___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)).X___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f).___ (22) 52.219-28, Post Award Small Business Program Representation (OCT 2022) (15 U.S.C. 632(a)(2)).___ (ii) Alternate I (MAR 2020) of 52.219-28.___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (OCT 2022) (15 U.S.C. 637(m)).X___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (OCT 2022) (15 U.S.C. 637(m)).X___ (25) 52. 219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020)X___ (26) 52. 219-33, Nonmanufacturer Rule (SEP 2021)X___ (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).X___ (28) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126).X___ (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).___ (30)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).___X(ii) Alternate I (FEB 1999) of 52.222-26.___ (31)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020)(38 U.S.C. 4212).X___ (ii) Alternate I (JUL 2014) of 52.222-35.___ (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).___ (ii) Alternate I (JUL 2014) of 52.222-36.XX___ (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).X___ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).___ (35)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).___ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).___ (36) 52.222-54, Employment Eligibility Verification (MAY 2022). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).___ (40)(i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (OCT 2015) of 52.223-13.___ (41)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (JUN 2014) of 52.223-14.X___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b).___ (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).X___ (ii) Alternate I (JUN 2014) of 52.223-16.___ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).___ (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).___ (46) 52.223-21, Foams (JUN 2016) (E.O. 13693).___ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).X___ (ii) Alternate I (JAN 2017) of 52.224-3.___ (48) 52.225-1, Buy American--Supplies (OCT 2022) (41 U.S.C. chapter 83).___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (DEC 2022) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.___ (ii) Alternate I [Reserved].___ (iii) Alternate II (DEC 2022) of 52.225-3.___ (iv) Alternate III (JAN 2021) of 52.225-3.___ (v) Alternate IV (OCT 2022) of 52.225-3.___ (50) 52.225-5, Trade Agreements (DEC 2022) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).___ (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150).___ (55) 52.229-12, Tax on Certain Foreign Procurements (FEB 2021)___ (56) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).X___ (57) 52.232-30, Installment Payments for Commercial Items (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).___ (58) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332).___ (59) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (JUL 2013) (31 U.S.C. 3332).___ (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).___ (61) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).___ (62) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)).___ (63)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (APR 2003) of 52.247-64.___ (iii) Alternate II (NOV 2021) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.]___ (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).___ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).___ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (E.O. 14026).___ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792).(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(i) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).(v) 52.219-8, Utilization of Small Business Concerns (Oct 2022) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).(vii) 52.222-26, Equal Opportunity (SEP 2015) (E.O. 11246).(viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).(x) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67).(xiii) X (A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).(B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67.)(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67)(xvi) 52.222-54, Employment Eligibility Verification (MAY 2022) (E. O. 12989).(xvii) 52.222-55, Minimum Wages Under Executive Order 14026 (JAN 2022) (E.O. 14026).(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).(B) Alternate I (JAN 2017) of 52.224-3.(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (NOV 2021) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)(a) Definitions. As used in this clause—“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.(c) WAWF access. To access WAWF, the Contractor shall—(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:(1) Document type. The Contractor shall submit payment requests using the following document type(s):(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.(ii) For fixed price line items—(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.__Combo: Invoice 2in1 (Invoice and Receiving Report)__________________________________________________________(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.____________________________________________________________(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 WAWFData to be entered in WAWFPay Official DoDAACN64142Issue By DoDAACN61340Admin DoDAACN61340Inspect By DoDAACN61340Ship To CodeSee ScheduleShip From CodeN/AMark For CodeN/AService Approver (DoDAAC)N/AN/AService Acceptor (DoDAAC)N/AN/AAccept at Other DoDAACN/AN/ALPO DoDAACN/ADCAA Auditor DoDAACN/AN/AOther DoDAAC(s)N/A(*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.merrillee.a.palmer.mil@us.navy.mil Role: Acceptor christina.r.ruscito.civ@us.navy.mil Role: View Only(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.(End of clause)All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/.

USALocation

Place Of Performance : N/A

Country : United States

Office Address : 12211 SCIENCE DRIVE ORLANDO , FL 32826-3224 USA

Country : United StatesState : FloridaCity : Orlando

Classification

naicsCode 334118Computer Terminal and Other Computer Peripheral Equipment Manufacturing
pscCode 6910Training Aids