Active Electronically Scanned Array (AESA) Antenna

expired opportunity(Expired)
From: Federal Government(Federal)
N00173-20-R-TL06

Basic Details

started - 02 Apr, 2020 (about 4 years ago)

Start Date

02 Apr, 2020 (about 4 years ago)
due - 17 Apr, 2020 (about 4 years ago)

Due Date

17 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N00173-20-R-TL06

Identifier

N00173-20-R-TL06
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE NAVY (156965)ONR (3581)ONR NRL (3089)NAVAL RESEARCH LABORATORY (3078)

Attachments (4)

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.

I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.II. Solicitation number is issued as a request for proposal (RFP).III. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, Effective 01-15-2020, DPN 20200114, and NMCARS 2018 Edition, Current to 18-10 (Effective: January 29, 2020).IV. The North American Industry Classification Systems Code (NAICS) for this solicitation is 334511 and the associated small business size is 1,250 employees. The associated Federal Supply Code (FSC)/Product Service Code (PSC) is 5821.V. A list of line item number(s) to be procured is provided below:CLIN 0001 -- Commercially available Active Electronically Scanned
Array (AESA) antenna that will be installed on the NRL RC-12 aircraft, meeting all technical, physical, functional and performance requirements specified in the attachment(s)CLIN 0002 -- Mechanical drawings of the antenna, including physical size, weight, center-of-gravity, and connector types shall be provided within 2 months of contract awardCLIN 0003 -- Interface control documentation provided within 6 months of contract awardCLIN 0004 -- Anechoic chamber results displaying the pointing accuracy at boresight and the scan limits for each polarization shall be provided 2 weeks prior to deliveryVI. The Naval Research Laboratory (NRL) intends to award a Firm-Fixed-Price (FFP) contract for delivery of a single commercially available Active Electronically Scanned Array (AESA) antenna, that will be installed on the NRL RC-12 aircraft, and associated deliverables, as outlined in the Attachments of this solicitation. Complete physical, functional, performance, and delivery schedule requirements are provided in the attachment(s) of this solicitation.VII. Delivery and Acceptance: DELIVERY SHALL BE FOB DESTINATION, Free of expense to the Government, in accordance with FAR 52.247-34. Delivery and acceptance is at The Naval Research Laboratory. 4555 Overlook Ave. SW, Washington, DC 20375. The Government will not pay for shipping and handling.FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery. Delivery is FOB Destination. Delivery and acceptance is at NRL, Washington, D.C. 20375. Specific delivery/installation location at NRL - Washington will be provided at the time of Contract Award.VIII FAR 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (Oct 2018) and addenda and tailoring apply to this acquisitionFAR 52.212-1 has been tailored to include the following additional instructions:a) This procurement is for new equipment ONLY.  No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.b) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller or partner for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.c) Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.d) General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal.e) ELECTRONIC AND INFORMATION TECHNOLOGY (EIT)-In accordance with Section 508 of the Rehabilitation Act of 1973 (29 USC 794d), all EIT supplies and services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101.f) Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS).g) Any inquiry regarding this solicitation shall be submitted to the Contract Specialist, TaLisa Boyd, in writing, via e-mail at TaLisa.Boyd@nrl.navy.mil, no later than three (3) business days after the release date of this solicitation.h) Facsimile proposals are NOT authorized.i) Offeror shall complete the electronic annual representations and certifications at HTTP://WWW.ACQUISITION.GOV in conjunction with required registration in the System for Award Management (SAM) database and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (DEC 2019). In accordance with paragraph (j) of FAR 52.212-3, if changes to the SAM annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.(k) Offeror shall submit documentation that confirms the proposed item meets or exceeds all physical, functional, performance, and delivery schedule requirements, and any other terms and conditions specified in this solicitation and its attachment(s).Addendum to FAR 52.212-1Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.IX. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) is applicable to this acquisition.(a) The Government will award a contract, resulting from this solicitation, to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i) Technical Acceptability and Capability. Technical acceptability and capability of the item offered to meet the Government requirement. For the purpose of evaluation of Technical Acceptability and Capability is defined as meeting all physical, functional, performance, and delivery schedule requirements, and ant other terms and conditions specified in the solicitation and its attachment(s).General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal.(ii) Price(iii) Delivery Schedule. Offerors will be evaluated on their ability to delivery ALL items within twelve (12) months of contract award;(iv) Past Performance(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)X. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (DEC 2019) AND ALTERNATE I (OCT 2014) apply to this acquisition. Offerors shall have and maintain active annual Representations and Certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov . If paragraph (j*) of the provision applies, a written submission is required:(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1)    In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or(2)    Outside the United States.XI. FAR 52.212-4, CONTRACTS TERMS AND CONDITIONS -- COMMERCIAL ITEMS -- (OCT 2018) applies to this acquisition.ADDITIONAL FAR and DFAR PROVISIONS THAT APPLY TO THIS ACQUISITION:FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)FAR 52.204-24 REPRESENTATION REGARDING CERTAI TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019)DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. (NOV 2011)DFARS 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS (SEP 2019)DFARS 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012)DFARS 252.215-7010 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA—BASIC (JUL 2019)DFARS 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2018)DFARS 252.239-7017 NOTICE OF SUPPLY CHAIN RISK (FEB 2019)FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) (a) Definitions. As used in this provision—     “Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.     “Federal contracts and grants with total value greater than $10,000,000” means—           (1) The total value of all current, active contracts and grants, including all priced options; and           (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).          “Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).      (b) The offeror □ has □ does not have current active Federal contracts and grants with total value greater than $10,000,000.      (c)If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:           (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:                (i)In a criminal proceeding, a conviction.                (ii)In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.                (iii)In an administrative proceeding, a finding of fault and liability that results in–                     (A) The payment of a monetary fine or penalty of $5,000 or more; or                     (B) The payment of a reimbursement, restitution, or damages in excess of $100,000.                (iv)In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.           (2)If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.      (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed viahttps://www.sam.gov (see 52.204-7).(End of provision)DFARS 252.215-7008  ONLY ONE OFFER (JUL 2019)      (a)  Cost or pricing data requirements.  After initial submission of offers, if the Contracting Officer notifies the Offeror that only one offer was received, the Offeror agrees to—              (1)  Submit any additional cost or pricing data that is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3); and              (2)  Except as provided in paragraph (b) of this provision, if the acquisition exceeds the certified cost or pricing data threshold and an exception to the requirement for certified cost or pricing data at FAR 15.403-1(b)(2) through (5) does not apply, certify all cost or pricing data in accordance with paragraph (c) of DFARS provision 252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, of this solicitation.      (b)  Canadian Commercial Corporation.  If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required.  If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with DFARS 225.870-4(c), the  Canadian Commercial Corporation shall obtain and provide the following:              (1)  Profit rate or fee (as applicable).              (2)  Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at FAR 15.404-1).              (3)  Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonable.Data required may include but limited to current catalog pricing information for the system offered and current sale information providing details on the lowest prices recently paid by other customers for the same or similar system.              (4)  As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror.      (c)  Subcontracts.  Unless the Offeror is the Canadian Commercial Corporation, the Offeror shall insert the substance of this provision, including this paragraph (c), in all subcontracts exceeding the simplified acquisition threshold defined in FAR part 2.(End of Provision)FAR 52.233-2 SERVICE OF PROTEST (SEP 2006)(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Control Desk, Code 3200, Bldg. 222, Rm. 115, Naval Research Laboratory, 4555 Overlook Ave., S.W., Washington DC 20375 5326.(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)DFARS 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (JUN 2019)(a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation.(b) Representation. The Offeror represents that it-  Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.  Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.(c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause.(End of provision)FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/farDefense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI): https://www.acq.osd.mil/dpap/dars/dfarspgi/current/Department of the Navy Acquisition Regulations (NMCARS):    https://www.secnav.navy.mil/rda/Pages/NMCARS.aspxXII. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2020) applies to this acquisition. Also, the additional FAR clauses cited in this clause, below, are applicable to this acquisition: (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 items:(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 (Jul 2018) (Section 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (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 items:  (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).  (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).  (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 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 (Oct 2018) (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).  (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).  (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (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 (Nov 2011) (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 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).  (ii) Alternate I (Jan 2011) of 52.219-4.  (13)[Reserved]  (14)   (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).  (ii) Alternate I (Nov 2011).  (iii) Alternate II (Nov 2011).  (15)   (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).  (ii) Alternate I (Oct 1995) of 52.219-7.  (iii) Alternate II (Mar 2004) of 52.219-7.  (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).  (17)   (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (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 (Nov 2016) of 52.219-9.   (v) Alternate IV (Aug 2018) of 52.219-9  (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).  (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).  (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).  (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15 U.S.C. 657f).  (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).  (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).  (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 (Dec 2015) (15 U.S.C. 637(m)).  (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).  (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126).  (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).  (28)   (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).   (ii) Alternate I (Feb 1999) of 52.222-26.  (29)   (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).   (ii) Alternate I (July 2014) of 52.222-35.  (30)   (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).   (ii) Alternate I (July 2014) of 52.222-36.  (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).  (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).  (33)   (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (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).  (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 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.)  (35)   (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.)  (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).  (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).  (38)   (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.  (39)   (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.  (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).  (41)   (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).  (ii) Alternate I (Jun 2014) of 52.223-16.  (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).  (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).  (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).  (45)   (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).  (ii) Alternate I (Jan 2017) of 52.224-3.  (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).  (47)   (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 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 (May 2014) of 52.225-3.   (iii) Alternate II (May 2014) of 52.225-3.   (iv) Alternate III (May 2014) of 52.225-3.  (48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).  (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).  (50) 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).  (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).  (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).  (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).  (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).  (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).  (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).  (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).  (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).  (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).  (60)   (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (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 (Feb 2006) 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 items:  (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).  (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).  (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).  (4) 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).  (5) 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).  (6) 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).  (7) 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).  (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).  (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).  (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (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, 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 items. 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 (Oct 2015) (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 (Jul 2018) (Section 1634 of Pub. L. 115-91).                (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).                (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.                (vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.                (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).                (viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246).                (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212).                (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).                (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212)                (xii) 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.                (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).                (xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627).(B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78 and E.O 13627).                (xv) 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).                (xvi) 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).                (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).                (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).                (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).                (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(B) Alternate I (Jan 2017) of 52.224-3.                (xxi) 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).                (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.                (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (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 items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)XIII ADDITIONAL FAR and DFAR CLAUSES THAT APPLY TO THIS ACQUISITION:FAR 52.202-1 DEFINITIONS (NOV 2013)FAR 52.203-3, GRATUITIES (APR 1984)FAR 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006), ALTERNATE I (OCT 1995)FAR 52.203-12, LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010)FAR 52.203-17, CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)FAR 52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)FAR 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016)FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018) APPLIES TO THIS ACQUISITION.FAR 52.223-5, POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)FAR 52.242-13, BANKRUPTCY (JUL 1995)FAR 52.242-15, STOP-WORK ORDER (AUG 1989)FAR 52.243-1, CHANGES - FIXED PRICE (AUG 1987)FAR 52.247-34, FOB DESTINATION (NOV 1991)FAR 52.253.1, COMPUTER GENERATED FORMS (JAN 1991)DFARS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)DFARS 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)DFARS 252.203-7003, AGENCY OFFICE OF THE INSPECTOR GENERAL (AUG 2019)DFARS 252.204-7004, LEVEL I ANTITERRORISUM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019)DFARS 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER REPORTING (DEC 2019)DFARS 252.205-7000, PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) (applicable if expected to exceed $1,000,000)DFARS 252.209-7004, SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (MAY 2019)DFARS 252.211-7003, ITEM IDENTIFICAITON AND VALUATION (MAR 2016)DFARS 252.211-7006, PASSIVE RADIO FREQUENCY IDENTIFICATION (MAR 2018)DFARS 252.211-7007, REPORTING OF GOVERNMENT FURNISHED PROPERTY (AUG 2012)DFARS 252.211-7008, USE OF GOVERNMENT-ASSIGNED SERIAL NUMBERS (SEP 2010)DFARS 252.219-7003, SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS) – BASIC (DEC 2019)DFARS 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)DFARS 252.225-7008, RESTRICTION ON ACQUISITION OF SPECIALTY METALS (MAR 2013)DFARS 252.225-7009, RESTRICTION ON ACQUISITION OF CERTAIN ARTICLES CONTAINING SPECIALTY METALS (OCT 2014)DFARS 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017)DFARS 252.225-7013, DUTY-FREE ENTRY (MAY 2016)DFARS 252.225-7015, RESTRICTION ON ACQUISITION OF HAND OR MEASURING TOOLS (JUN 2005)DFARS 252.225-7016, RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS (JUN 2011)DFARS 252.226-7001, UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERN S (APR 2019) (applicable if expected to exceed $500,000)DFARS 252.227-7013, RIGHTS IN TECHNICAL DATA – NBONCOMMERCIAL ITEMS (FEB 2014)DFARS 252.227-7015, TECHNICAL DATA--COMMERCIAL ITEMS (FEB 2014)DFARS 252.227-7037, VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (SEP 2016)DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)DFARS 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)DFARS 252.232-7011, PAYMENTS IN SUPPORT OF EMERGENCIES AND CONTINGENCY OPERATIONS (MAY 2013)DFARS 252.239-7000, PROTECTION AGAINST COMPROMISING EMANATIONS (JUN 2004)DFARS 252.239-7001, INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN 2008)DFARS 252.239-7018, SUPPLY CHAIN RISK (FEB 2019)DFARS 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012)DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS). (JUN 2013)DFARS 252.246-7003, NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013)DFARS 252.246-7004, SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY OPERATIONS (OCT 2010)DFARS 252.246-7007, CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE SYSTEM (AUG 2016)DFARS 252.246-7008, SOURCES OF ELECTRONIC PARTS (MAY 2018)DFARS 252.247-7003, PASS-THROUGH OF MOTOR CARRIER FUEL SURCHARGE ADJUSTMENT TO THE COST BEARER (JUN 2013)DFARS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)DFARS 252.247-7027, RIDING GANG MEMBER REQUIREMENTS (MAY 2018)-----DFARS 252.232-7006 - WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)(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.          Invoice and Receiving Report (COMBO)          (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.          Invoice and Receiving Report (COMBO)     (iii) For customary progress payments based on costs incurred, submit a progress payment request.     (iv) For performance based payments, submit a performance based payment request.     (v) For commercial item financing, submit a commercial item financing request.     (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]     (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.ROUTING DATA TABLE*Field Name in WAWFData to be entered in WAWFPay Official DoDAACIssue By DoDAAC N00173Admin DoDAAC**Inspect By DoDAAC N00173Ship To Code N00173Ship From CodeN/AMark For CodeN/AService Approver (DoDAAC)N/AService Acceptor (DoDAAC)N/AAccept at Other DoDAACN/ALPO DoDAACN/ADCAA Auditor DoDAACN/AOther DoDAAC(s)N/A     (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.     -- To be provided at award –     (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.(End of clause)XIV The Defense Priorities and Allocations System (DPAS) is DO-C9.

Washington ,
 DC  20375-5326  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5821RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE