PUMP UNIT, ROTARY

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7MX-22-R-0072

Basic Details

started - 06 Apr, 2022 (about 2 years ago)

Start Date

06 Apr, 2022 (about 2 years ago)
due - 06 May, 2022 (about 2 years ago)

Due Date

06 May, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
SPE7MX-22-R-0072

Identifier

SPE7MX-22-R-0072
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.

10. FOR INFORMATION CALL: 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING 2. CONTRACT No. SPE7MX-22-R-0072 3. SOLICITATION No. 4. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP)X 2022 APR 06 5. DATE ISSUED 1000131499 6. REQUISITION/PURCHASE No. 7. ISSUED BY 8. ADDRESS OFFER TO NOTE : In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in local time CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. 11. TABLE OF CONTENTS DESCRIPTION 25. PAYMENT WILL BE MADE BY CODE SOLICITATION until (Hour) (Date) AUTHORIZED FOR
LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE STANDARD FORM 33 (Rev.9-97) Prescribed by GSA FAR (48 CFR) 53.214 (c) OFFER (Must be fully completed by offeror ) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. AWARD (To be completed by Government) 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 14. ACKNOWLEDGMENT OF AMEND- MENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): 12. In compliance with the above, the undersigned agrees, if this offer is accepted within period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. CONTRACT ADMINISTRATION DATA L INSTRS., CONDS., AND NOTICES TO OFFERORS SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. (X) PAGE(S) SEC. DESCRIPTION PAGE(S) SUPPLIES OR SERVICES AND PRICES/COSTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. PART I - THE SCHEDULE PART II - CONTRACT CLAUSES I CONTRACT CLAUSESSOLICITATION/CONTRACT FORM DESCRIPTION/SPECS./WORK STATEMENT J LIST OF ATTACHMENTS INSPECTION AND ACCEPTANCE PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS DELIVERIES OR PERFORMANCE K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS AMENDMENT NO. DATEAMENDMENT NO. DATE G H SEC. B A C E D F (X) FACILITY CODE 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE 17. SIGNATURE 19. ACCEPTED AS TO ITEMS NUMBERED 23. SUBMIT INVOICES TO ADDRESS SHOWN IN22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 24. ADMINISTERED BY (If other than item 7) CODE CODE 27. UNITED STATES OF AMERICA (Signature of Contracting Officer ) 26. NAME OF CONTRACTING OFFICER (Type or print) calendar days (60 calendar days unless a different 15A. NAME AND ADDRESS OF OFFER- OR 10 U.S.C. 2304 (c) ( 41 U.S.C. 253 (c) () ) DLA LAND AND MARITIME LAND SUPPLIER OPERATIONS SMSG PO BOX 3990 COLUMBUS OH 43218-3990 USA See Continuation Sheet 1 Not Applicable 11:59PM 2022-May-06 Kristina Wolf PMCM54G A. NAME Phone: 614-692-7879 B. PHONE/FAX (NO COLLECT CALLS) Kristina.Wolf@dla.mil C. EMAIL ADDRESS X 1 X 2 X 16 X 18 X 19 X 20 X 21 X 37 X 37 X 42 X 46 15B. TELEPHONE NUMBER 18. OFFER DATE 28. AWARD DATE 20. AMOUNT 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) CALENDAR DAYS (%)30 CALENDAR DAYS (%) 21. ACCOUNTING AND APPROPRIATION ITEM SPE7MX EXT.NUMBERAREA CODE (4 copies unless otherwise specified) PAGE 1 OF 51 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 2 OF 51 PAGES SPE7MX-22-R-0072 *********PLEASE READ THE FOLLOWING CAREFULLY**************** Sections A through M may not be in sequential order. Please read solicitation in its entirety. In the event a clause or provision is not applicable, it becomes self-deleting. Several clauses or provisions may appear out of sequence or in the incorrect area of the solicitation. The clauses or provisions still apply as applicable. SECTION A - GENERAL INFORMATION TO OFFERORS A.1 OVERVIEW. This solicitation is being issued as Other than Full and Open Competition per FAR 6. 302-1. The statutory authority permitting this is 10 U.S.C. 2304(c). A.2 SCOPE: A.2.1 This solicitation is for a Federal Acquisition Regulation (FAR) Part 15, firm fixed price, Indefinite Quantity Contract (IQC) with a two-year base and a one-year option period that will provide Continental US (CONUS) logistical support throughout the entire DLA supply chain. The Government will place orders under this contract to support DLA Direct (Stock requirements). A.2.2 The Section B Product Item Description (PID), Packaging, and Marking and solicitation clauses further describe the unique characteristics and requirements for the National Stock Numbers (NSNs) herein. A.2.3 The method used to place orders under this contract will be via Delivery Orders placed by DLA Inventory Control Points (ICPs). The DLA ICPs listed below will issue delivery orders with the awardee for the supplies cited in Section B. The orders may be issued using Electronic Data Interchange (EDI) or via Email. These orders will be for DLA Direct requirements. The following ICPs are authorized to place delivery orders. a. DLA Land and Maritime A.3 NOTICE: This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD Procurement Notes C16 First Destination Transportation (FDT) Program, Government Arranged Transportation for Manual Awards (Aug 2017) and C17 First Destination Transportation (FDT) Program – Shipments Originating from Outside the Contiguous United States (OCONUS)(Aug 2017). Additional information about FDT can be found on the FDT website (http://www.dla.mil/FDTPI/). A.4 PRIORITY RATING FOR VARIOUS LONG TERM CONTRACTS: Because this contract does not have a specified delivery date, the basic contract is not rated; however, orders placed against it that include a delivery date are rated orders under FAR 52.211-15, Defense Priority and Allocation Requirements, as of the date of receipt by the supplier. A.5 FOB Origin, Inspection and Acceptance: ALL CLINS-FOB Origin with Destination Inspection A.6 ALL OR NONE (a) With respect to each item or group of items identified below, offers must be submitted for all items indicated. No award will be made for less than the full requirements shown in this solicitation for these items or groups. Group _Not Applicable_____ Item _CLIN or NSN___ (b) Any offeror offering less than all of the solicitation requirements of the indicated item or group of items may be precluded from consideration for award if the Contracting Officer elects to make an award without opening discussions. (c) Offerors are cautioned that submission of an offer for selected item(s) within a given group is unacceptable; offers must be for all item(s) within a given group. However, an offeror may submit an offer on any one or more groups. A.7 EVALUATION OF OFFERS FOR INDEFINITE DELIVERY TYPE SOLICITATIONS (July 2017) (a) Offers will be evaluated on the basis of the estimated annual quantity. Unless (b) is checked below, if quantity increments are offered with various prices, the highest price offered will be used for evaluation. If line items for both DLA direct and customer direct are included in the schedule, offers will be evaluated based on the total extended price for the DLA direct and customer direct line items. (b) [X] If checked, and subject to the terms and conditions of the solicitation relating to the evaluation of offers, the following procedures will be followed: (1) When offers are requested on a quantity increment basis, each contract line-item (CLIN) will be evaluated for price by: [ ] applying a weighted factor of 18% to the first quantity increment, 36% to the second increment, and 46% to the third increment to arrive at an average weighted unit price. [X] applying a weighted factor of 5% to the first quantity increment, 65% to the second increment, 25% to the third increment, and 5% to the fourth increment to arrive at an average weighted unit price. This average weighted unit price will be multiplied by the estimated annual quantity that may be procured during the contract period to arrive at a total annual evaluated price for each CLIN. If the solicitation provides for separately priced option periods, average weighted prices will be calculated as described above in (1) for each option period and then added to the base contract period total to determine the total estimated price of that line item for the evaluation. (2) When quantity increment prices are not requested, offers for each CLIN will be evaluated by multiplying the unit price by the estimated quantity that may be procured during the contract period to arrive at total price for each CLIN. (3) Prices offered must be unit prices only which are clearly stated and which require no further interpretation by the Government to determine the actual offered price. Prices must not be stated as part of a pricing formula or as charges per lot. Unit prices offered must include costs of compliance with all solicitation requirements, with the exception of additive CLINs. For each item of supply for which a price is offered, prices must be offered for each quantity increment and year. Failure to submit proposed prices in accordance with these instructions may result in rejection of the offer. (4) In the event first article testing and/or technical data are required for any or all of the CLINS, the cost of CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 3 OF 51 PAGES SPE7MX-22-R-0072 such testing and data will be added to the appropriate CLIN or prorated based on the ratio of the estimated quantity for each CLIN to the total estimated quantity of the various CLINs covering the same item or national stock number (NSN). In the event an offeror is low only on one CLIN (where there are several CLINs for the same item) (NSN), the cost of testing and data pertaining to that CLIN will be added for evaluation purposes. (5) [ ] If checked, when free on board (f.o.b.) origin offers are authorized, transportation costs will be considered in evaluation and will be based on the best estimated quantity of each CLIN as specified elsewhere in this solicitation. Carload or truckload rates will be used to evaluate the cost of transportation for each CLIN unless the best estimated quantity would not constitute a carload or truckload. In such case, less than carload (LCL) or less than truckload (LTL) rates will be used for evaluation purposes. A.8 The following requirements apply to this solicitation. A.8.1 INSTRUCTIONS FOR SUBMISSION OF OFFERS The following method(s) of submitting a proposal are authorized in the solicitation: THE MOST PREFERRED METHOD FOR SUBMITTING AN OFFER IS TO UPLOAD PROPOSAL THROUGH DIBBS. To submit an offer through DIBBS, search for the solicitation and then click the Red "Offer" button on the search results screen (Note: users must be logged in to DIBBS in order to submit the offer through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf EMAIL PROPOSALS TO: Kristina.wolf@dla.mil A single email cannot exceed 15 MB. Proposals greater than 15 MB must be divided into multiple emails. For solicitation info, please see the point of contact listed in Block 7 for SF 1449s or Block 10 for SF33s. A.8.2 Completed proposals, including ALL pages of the solicitation must be submitted THROUGH DIBBS or directly to the acquisition specialist at Kristina.Wolf@dla.mil A.8.3 The item description posted will be in full force throughout the life of any contracts issued under this solicitation, unless modified by the contracting officer. Offers are due by 11:59 p.m. Eastern time on the date specified in Block 8 of page 1. FAILURE TO TIMELY SUBMIT ALL OF THE INFORMATION AND DOCUMENTATION REQUIRED MAY RESULT IN YOUR PROPOSAL BEING EXCLUDED FROM EVALUATION/ AWARD CONSIDERATION. All applicable solicitation clauses and provisions are incorporated and referenced in a table format. See FAR Clauses 52.252-01 and 52.252-02. Clauses/Provisions following the table will be those that either requires "FILL-IN" information to be provided by the Government and/or Vendor, and Clauses/Provisions that are required to be provided in partial or full text. Some Clauses/Provisions may not appear in the correct section (B-M) due to system error. In addition, due to system limitations, some mandatory Clauses/Provisions may be duplicated. In the event duplicated Clauses/Provisions have different dates, the most current is applicable. Please read the solicitation in its entirety. A.9 OFFEROR AUTHORIZED REPRESENTATIVE(S): Offerors shall identify individual(s) authorized to represent the offeror’s position and commit the offeror in all exchanges between Government and offeror: Name: __________________________________________ Title/Position: _____________________________________ Phone Number: _____________________________________ E-Mail Address: _____________________________________ A.10 EXECUTED REQUEST FOR PROPOSAL DOCUMENTS: Executed Request for Proposal Documents shall contain the signed original of all documents requiring signature of the offeror. Use of reproductions of signed originals of the SF33, Solicitation, Offer and Award, SF30 Amendment of Solicitation/Modification of Contract; and Representations, Certifications and Other Statements of Offerors, is authorized in the copies of the proposal. A.11 Note regarding clause 252.211-7006, for passive RFID tags: DFARS Clause 211.275(a)(2) requires passive RFID tags for specified shipments that will be shipped to locations listed at Logistics and Materiel Readiness' (L&MR's) passive RFID website located at (http://www.acq.osd.mil/log/sci/ RFID_shiptolocations.html), or to a location outside the United States when the shipment has been assigned Transportation Priority 1, or to any additional locations deemed necessary by the requiring activity. At the time of shipment, the vendor should check the website again to make sure that it has not been updated to include the ship-to location. If the ship-to location has been added, the vendor should contact the post award administrator in block 7 to discuss any costs associated with added RFID and/or any associated administration requirements.   SECTION B - SUPPLIES AND PRICES B.1 Please see Section B for Pricing, Delivery, and Packaging requirements that were issued with this solicitation. If you do not have a hard copy of this solicitation you may contact the buyer Kristina Wolf via email at Kristina. Wolf@dla.mil to request a copy. You may also download the information via DLA Internet Bid Board System (DIBBs) located at https://www.dibbs.bsm.dla.mil/. DLA Land and Maritime will administer the basic contract, issue delivery orders, and administer its own delivery orders. Section B contains seven (7) NSNs managed by DLA Land and Maritime. The orders may be placed using Paperless Order Transmission or in writing. Electronic invoicing will be mandatory B.2 TIME OF DELIVERY – CONTRACTS CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 4 OF 51 PAGES SPE7MX-22-R-0072 (a) The time of delivery of supplies to be furnished under any delivery order issued under this contract shall be stated in the order. The Government reserves the right to request phased delivery within the limits of the applicable schedule set forth below. (b) Delivery is required in accordance with the schedule set forth below. Within the number of days stated below after date of delivery order. National Stock Numbers (NSNs), Quantity (that may be ordered any calendar month), Government required Offeror's proposed CLIN 0001 1005-01-182-7942 EA ESTIMATED QUANTITY: 21 DO MIN: 5 DO MAX: 40 GOVERNMENT REQUIRED DELIVERY: 365 DAYS OFFERED DELIVERY:_______________________ CLIN 0002 1005-01-278-1136 EA ESTIMATED QUANTITY: 5 DO MIN: 5 DO MAX: 19 GOVERNMENT REQUIRED DELIVERY: 395 DAYS OFFERED DELIVERY:_______________________ CLIN 0003 2530-01-010-3113 EA ESTIMATED QUANTITY: 2 DO MIN: 5 DO MAX: 19 GOVERNMENT REQUIRED DELIVERY: 365 DAYS OFFERED DELIVERY:_______________________ CLIN 0004 4320-00-085-1081 EA ESTIMATED QUANTITY: 7 DO MIN: 5 DO MAX: 19 GOVERNMENT REQUIRED DELIVERY: 395 DAYS OFFERED DELIVERY:_______________________ CLIN 0005 4320-01-173-9694 EA ESTIMATED QUANTITY: 407 DO MIN: 25 DO MAX: 612 GOVERNMENT REQUIRED DELIVERY: 365 DAYS OFFERED DELIVERY:_______________________ CLIN 0006 4810-01-515-0509 EA ESTIMATED QUANTITY: 6 DO MIN: 5 DO MAX: 19 GOVERNMENT REQUIRED DELIVERY: 365 DAYS OFFERED DELIVERY:_______________________ CLIN 0007 4940-01-506-4326 EA ESTIMATED QUANTITY: 30 DO MIN: 5 DO MAX: 48 GOVERNMENT REQUIRED DELIVERY: 365 DAYS OFFERED DELIVERY:_______________________ (c) Unless otherwise specified above, your proposal will be deemed to offer delivery in accordance with the required schedule. The Government may elect to consider for award only those proposals which comply with the required schedule but reserves the right to consider proposals which exceed the required schedule. You are therefore encouraged to submit a proposal even if you cannot comply with the required delivery schedule. If you can comply with the required delivery schedule but could offer better prices for a longer schedule, you may submit two (2) or more proposals on each item. The Government reserves the right to make awards on the basis of offerors' proposed delivery schedules. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 51 PAGES SPE7MX-22-R-0072 B.2.1. SCHEDULE OF SUPPLIES CLIN: Contract Line Item Number NSN: National Stock Number ITEM: Self-explanatory UM: Unit of Measure = ALL NSNs ARE EACH “EA” QCC - Quality Control Code. Indicates Quality assurance requirements for reference. AMC/AMSC - Acquisition Method Code/Acquisition Method Suffix Code PIC – Place of Inspection and Acceptance -- “2” Destination “C” Origin Offered CAGE - Vendor is to indicate CAGE offered. Offered P/N - Vendor is to indicate part number offered. The Following QCC Codes are Applicable to this Solicitation 1st Position: D – Standard Inspection C – Contractor Responsibility 2nd Position: A - No Quality Subsystems Requirement 3rd Position: A – No Specific Requirements B.2.2 OFFERED CAGE CLIN 0001 1005-01-182-7942 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ CLIN 0002 1005-01-278-1136 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ CLIN 0003 2530-01-010-3113 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ CLIN 0004 4320-00-085-1081 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ CLIN 0005 4320-01-515-0509 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ CLIN 0006 4320-01-515-0509 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ CLIN 0007 4940-01-506-4326 MANUFACTURING CAGE: _______________________ PLACE OF PERFORMANCE: __________________________ B.2.3 PRICING CLIN: 0001 NSN: 1005-01-182-7942 Item Description: Partition, Drum Assembly Unit of Issue: EA NAICS Code/Size: 332994/1000 QCC Code: DAA QUARTERLY FORECASTED DEMAND: 5 ANNUAL DEMAND QUANTITY: 21 DELIVERY ORDER MINIMUM: 5 DELIVERY ORDER MAXIMUM: 40 BASE YEAR 1: 5-6: __________ 7-9: ___________ 10-24: ___________ 25-40: ___________ BASE YEAR 2: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 51 PAGES SPE7MX-22-R-0072 5-6: __________ 7-9: ___________ 10-24: ___________ 25-40: ____________ OPTION YEAR 1: 5-6: __________ 7-9: ___________ 10-24: ___________ 25-40:___________ CLIN: 0002 NSN: 1005-01-278-1136 Item Description: Merger Unit Assembly Unit of Issue: EA NAICS Code/Size: 332994/1000 QCC Code: CAA QUARTERLY FORECASTED DEMAND: 1.25 ANNUAL DEMAND QUANTITY: 5 DELIVERY ORDER MINIMUM: 5 DELIVERY ORDER MAXIMUM: 19 BASE YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ BASE YEAR 2: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ OPTION YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ CLIN: 0003 NSN: 2630-01-010-3113 Item Description: Pump Assembly, Power Unit of Issue: EA NAICS Code/Size: 336330/1000 QCC Code: DAA QUARTERLY FORECASTED DEMAND: .5 ANNUAL DEMAND QUANTITY: 2 DELIVERY ORDER MINIMUM: 5 DELIVERY ORDER MAXIMUM: 19 BASE YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ BASE YEAR 2: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ OPTION YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ CLIN: 0004 NSN: 4320-00-085-1081 Item Description: Pump Unit, Rotary Unit of Issue: EA NAICS Code/Size: 333914/750 QCC Code: DAA QUARTERLY FORECASTED DEMAND: 2 ANNUAL DEMAND QUANTITY: 7 DELIVERY ORDER MINIMUM: 5 DELIVERY ORDER MAXIMUM: 19 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 51 PAGES SPE7MX-22-R-0072 BASE YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ BASE YEAR 2: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ OPTION YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ CLIN: 0005 NSN: 4320-01-173-9694 Item Description: Stop Lock, Pump Unit of Issue: EA NAICS Code/Size: 333996/750 QCC Code: DAA QUARTERLY FORECASTED DEMAND: 102 ANNUAL DEMAND QUANTITY: 407 DELIVERY ORDER MINIMUM: 25 DELIVERY ORDER MAXIMUM: 612 BASE YEAR 1: 25-49: ___________ 50-153: ___________ 154-306:___________ 307-612:__________ BASE YEAR 2: 25-49: ___________ 50-153: ___________ 154-306:___________ 307-612:__________ OPTION YEAR 1: 25-49: ___________ 50-153: ___________ 154-306:___________ 307-612:__________ CLIN: 0006 NSN: 4810-01-515-0509 Item Description: Valve, Solenoid Unit of Issue: EA NAICS Code/Size: 332911/750 QCC Code: CAA QUARTERLY FORECASTED DEMAND: 3 ANNUAL DEMAND QUANTITY: 12 DELIVERY ORDER MINIMUM: 5 DELIVERY ORDER MAXIMUM: 19 BASE YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ BASE YEAR 2: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ OPTION YEAR 1: 5-6: ___________ 7-9: ___________ 10-14:___________ 15-19:__________ CLIN: 0007 NSN: 4940-01-506-4326 Item Description: Charging Kit, Pressu Unit of Issue: EA NAICS Code/Size: 334419/750 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 51 PAGES SPE7MX-22-R-0072 QCC Code: DAA QUARTERLY FORECASTED DEMAND: 8 ANNUAL DEMAND QUANTITY: 30 DELIVERY ORDER MINIMUM: 5 DELIVERY ORDER MAXIMUM: 48 BASE YEAR 1: 5-6: ___________ 7-9: ___________ 10-24:___________ 25-48__________ BASE YEAR 2: 5-6: ___________ 7-9: ___________ 10-24: ___________ 25-48:__________ OPTION YEAR 1: 5-6: ___________ 7-9: ___________ 10-24:___________ 25-48:__________ Note: It is anticipated that the quantities listed will remain constant for any additional option periods as provided elsewhere in this contract. B.3 PRODUCTION FACILITY CHANGES (a) The performance of any of the work contracted for in any place other than that named in the contract is prohibited unless specifically approved by the Contracting Officer. Written requests for a change in production facilities must be submitted in writing to the Contracting Officer. Changes in production facilities may be approved, provided: (1) Performance by small business or in labor surplus areas as required by the contract will not be changed (2) The change will not cause a delay in delivery or necessitate a change in the purchase description; (3) The free on board (f.o.b.) point is not changed; and (4) Each request is supported by a price reduction of $250.00 to cover the administrative costs to process the change. (b) The Government reserves the right to deny approval even if these four elements are met. (End of Text) B.4 CONTRACT QUANTITY LIMITATIONS (a) The quantity limitations on any contract resulting from this solicitation are as follows during the contract period*: (1) Minimum quantity or dollar amount: $9,195.05 (2) Maximum quantity or dollar amount: $4,393,017.12 IF NSNs ARE AWARDED SEPARATELY, EACH NSN WILL RECEIVE A PORTION OF THE MINIMUM DOLLAR AMOUNT AND A PORTION OF THE MAXIMUM DOLLAR AMOUNT. The Government is obligated to order only the minimum quantity or dollar figure stated above. *Note: (X) Contract period as defined in this clause means the extended contract shall be inclusive of any/all option periods. B.5 TRADE AGREEMENTS ACT AND BUY AMERICAN ACT The Buy American Act applies to CLINS 0001 and 0002. The Trade Agreements Act applies to CLIN 0003, 0004, 0005, 0006 and 0007. B.6 ESTIMATED TOTAL QUANTITY (a) The estimated total quantity the Government expects to order during each contract year is as follows: Contract Line-Item Numbers (CLIN(S)) CLIN 0001 NSN 1005-01-182-7942 Annual Demand Quantity (ADQ) 21 Quarterly Forecasted Demand (QFD) 5 CLIN 0002 NSN 1005-01-278-1136 Annual Demand Quantity (ADQ) 5 Quarterly Forecasted Demand (QFD) 1 CLIN 0003 NSN 2530-01-010-3113 Annual Demand Quantity (ADQ) 2 Quarterly Forecasted Demand (QFD) .5 CLIN 0004 NSN 4320-00-085-1081 Annual Demand Quantity (ADQ) 7 Quarterly Forecasted Demand (QFD) 2 CLIN 0005 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 51 PAGES SPE7MX-22-R-0072 NSN 4320-01-173-9694 Annual Demand Quantity (ADQ) 407 Quarterly Forecasted Demand (QFD) 102 CLIN 0006 NSN 4810-01-515-0509 Annual Demand Quantity (ADQ) 12 Quarterly Forecasted Demand (QFD) 3 CLIN 0007 NSN 4940-01-506-4326 Annual Demand Quantity (ADQ) 30 Quarterly Forecasted Demand (QFD) 8 Note: It is anticipated that the quantities listed will remain constant for any additional option periods as provided elsewhere in this contract. B.7 NSN 4320-00-085-1081 is a Critical Application Item (CAI). B.8 SHIPPING INSTRUCTIONS Shipping instructions shall be provided with individual delivery orders. B.9 DLAD Procurement Notes Incorporated By Reference (Nov 2016) This solicitation incorporates one or more DLAD Procurement Notes by reference, with the same force and effect as if they were given in full text. The full text of a DLAD Procurement Note may be accessed electronically at http://www. dla.mil/HQ/Acquisition/Offers/eProcurement.aspx and via 'References' on the DIBBS homepage. B.10 NIST SP 800 -171 Assessment Some or all of these items require a vendor to have a NIST assessment on file. B.11 Joint Certification Program Some or all of these items have technical data which is subject to export-control of either the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without the authorization of either the Department of State or the Department of Commerce prior to export. Export includes disclosure of technical data to foreign nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees or U.S. companies and their foreign subsidiaries. DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses B.12 Caution Notice: The Berry Amendment and a Domestic Material restriction may apply. Offerors are instructed to refer to clause “252.225-7012” for complete details. Offerors are required to claim the material, including all components, country of origin when the clause applies. Material country of Origin:___________ B.13 ITEM DESCRIPTION: 1005-01-182-7942 CLIN 0001 PARTITION, DRUM ASSEMBLY, AMMUNITION. RD001: DEMILITARIZATION: SMALL ARMS WEAPONS AND PARTS AND ACCESSORIES (CATEGORY I - MUNITIONS LIST ITEMS, CATEGORY I-DODM 4160.28-VOL.3) RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 51 PAGES SPE7MX-22-R-0072 RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES THIS ITEM IS A "DEFENSE ARTICLE" AS DEFINED IN AND SUBJECT TO THE INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (22 C.F.R. 120-30) AND THE ARMS EXPORT CONTROL ACT (22 U.S.C.A. 2778-2799). ANY MANUFACTURER OR EXPORTER OF DEFENSE ARTICLES IS REQUIRED TO REGISTER WITH THE DIRECTORATE OF DEFENSE TRADE CONTROLS (DDTC), DEPARTMENT OF STATE. DOCUMENTARY EVIDENCE OF REGISTRATION MAY BE REQUIRED PRIOR TO AWARD. ADDITIONAL EXPORT RESTRICTIONS APPLY AS INDICATED HEREIN. FAILURE TO SUBMIT DDTC REGISTRATION WHEN REQUESTED WILL MAKE A QUOTE/OFFER INELIGIBLE FOR AWARD. ********** The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) **** NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. **** MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N 014737-1 PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 1005-01-278-1136 CLIN 0002 MERGER UNIT ASSEMBLY. RD001: DEMILITARIZATION: SMALL ARMS WEAPONS AND PARTS AND ACCESSORIES (CATEGORY I - MUNITIONS LIST ITEMS, CATEGORY I-DODM 4160.28-VOL.3) RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 51 PAGES SPE7MX-22-R-0072 MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N 014299-1 PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:AD CUSH/DUNN THKNESS:C UNIT CONT:10 OPI:O PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT NSN 2530-01-010-3113 CLIN 0003 PUMP ASSEMBLY, POWER STEERING RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES SOURCE CONTROLLED EXCEPTION TO DRAWING. PROCURE ONLY FROM CAGE: MEGGITT NORTH HOLLYWOOD INC (CAGE CODE 58163) IS A DIVISION OF MEGGITT INC WHICH ALSO HAS MEGGITT DEFENSE SYSTEMS INC (CAGE CODE 62228). AS THESE COMPANIES ARE ALL UNDER MEGGITT INC CAGE CODE 62228 IS AN APPROVED SOURCE OF SUPPLY. NOTE: THE CITED DRAWING IS A SOURCE CONTROLLED DRAWING AND AS OF THE DATE OF THIS SOLICITATION ONLY THE SOURCE(S) CITED ON THE DRAWING HAVE BEEN APPROVED. EVEN THOUGH SOURCES AND APPROVED PART NUMBERS ARE PROVIDED, THE ITEMS FURNISHED MUST MEET THE REQUIREMENTS OF THE CITED DRAWING. OFFERORS WHO ARE INTERESTED IN CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 12 OF 51 PAGES SPE7MX-22-R-0072 QUALIFYING THEIR PRODUCT FOR PURPOSE OF FUTURE ACQUISITION MUST CONTACT THE COGNIZANT DESIGN ACTIVITY SPECIFIED ON THE SOURCE CONTROLLED DRAWING. ALSO, MAY INCLUDE ADDITIONAL APPROVED SOURCES THAT HAVE NOT BEEN REFLECTED ON THE DRAWING AT THIS TIME. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. SOURCE CONTROL DRAWING MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N H107-S52-E-2-C IAW BASIC DRAWING NR 98752 7352567 REVISION NR D DTD 02/10/2011 PART PIECE NUMBER: 7352567-10 PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:33 CLNG/DRY:1 PRESV MAT:89 WRAP MAT:GB CUSH/DUNN MAT:BG CUSH/DUNN THKNESS:B UNIT CONT:E5 OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:012 PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PRESERVATIVE MATERIAL: USE CODE: 89 PRESERVATIVE MATERIAL AS FOLLOWS - ALL BARE METAL SHALL BE PROPERLY PRESERVED TO PREVENT CORROSION. ALL MOVING PARTS SHALL BE PROPERLY LUBRICATED. ALL THREADS SHALL BE LUBRICATED WITH CORROSION INHIBITING COMPOUND TO PROTECT FROM CORROSION. Items susceptible to deterioration, such as iron and steel, require preservative unless prohibited by other factors. Exceptions to preservative material usage are: 1. Preservative application would damage the item. 2. Preservative would be excessively difficult to remove. 3. Presence of any residual preservative would be incompatible with operational fluids, oils, or grease and would potentially cause malfunction during operation. . HAZARDOUS MATERIAL STATUS SHALL BE DETERMINED BY MANUFACTURER AND PROVIDED TO DLA LAND AND MARITIME PRIOR TO CONTRACT AWARD: . IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS NSN 4320-00-085-1081 Pump Unit, Rotary CLIN 0004 PUMP UNIT, ROTARY. RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 13 OF 51 PAGES SPE7MX-22-R-0072 REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RD002, COVERED DEFENSE INFORMATION APPLIES RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) USED ON GRUMMAN MODEL EA-6B AIRCRAFT. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. CRITICAL APPLICATION ITEM MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N H322762G1 PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT NSN 4320-01-173-9694 Stop Lock, Pump CLIN 0005 STOP LOCK, PUMP. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES USED ON GENERAL DYNAMICS MODEL F-16 AIRCRAFT. NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 14 OF 51 PAGES SPE7MX-22-R-0072 DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. CRITICAL APPLICATION ITEM MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N H330422A01 PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT NSN 4810-01-515-0509 Valve, Solenoid CLIN 0006 VALVE, SOLENOID RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT CONTACT WITH(>,)> ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). MEGGITT (NORTH HOLLYWOOD), INC. 58163 P/N K845183-1 MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N K845183-1 PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:41 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:EA CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:B UNIT CONT:E5 OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:008 PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT NSN 4940-01-506-4326 Charging Kit, Pressu CLIN 0007 CHARGING KIT,PRESSU RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 15 OF 51 PAGES SPE7MX-22-R-0072 RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. RD002, COVERED DEFENSE INFORMATION APPLIES MEGGITT DEFENSE SYSTEMS, INC. 62228 P/N 3309-3 PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:ZZ CLNG/DRY:1 PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT "PRESERVATION & PACKAGING SHALL BE I/A/W THE LATEST REVISION OF MILITARY SPECIFICATION MIL-STD-2073-1 APPENDIX D, FOR PACKAGING OF "KITS". CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 16 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION A - SOLICITATION/CONTRACT FORM SECTION C - SPECIFICATIONS/SOW/SOO/ORD C04 UNUSED FORMER GOVERNMENT SURPLUS PROPERTY (SEP 2021) To be considered for award, the offeror must complete and submit the following representation with their offer. Additional supporting documentation to demonstrate the surplus material offered was previously owned by the Government and meets solicitation requirements must be provided within 24 hours of request by the contracting officer. (1) The material is new, unused, and not of such age or so deteriorated as to impair its usefulness or safety. Yes [ ] No [ ] The material conforms to the technical requirements cited in the solicitation (e.g., Commercial and Government Entity (CAGE) Code and part number, specification, etc.). Yes [ ] No [ ] The material conforms to the revision letter/number, if any is cited. Yes [ ] No [ ] Unknown [ ] If No, the revision does not affect form, fit, function, or interface. Yes[ ] No [ ] Unknown [ ] The material was manufactured by: (Name): (Address): (2) The offeror currently possesses the material: Yes [ ] No [ ] If yes, the offeror purchased the material from a Government selling agency or other source. Yes [ ] No [ ] If yes, complete the following: Government Selling Agency: Contract Number: Contract Date: (Month, Year): Other Source: Address: Date Acquired: (Month/Year): (3) The material has been altered or modified. Yes [ ] No [ ] If Yes, complete the following: Name of the company that performed the alternation or modification Address: Complete description of the alternations or modifications: (4) The material has been reconditioned. Yes [ ] No [ ] If Yes, complete the following: (i) The price offered includes the cost of reconditioning/refurbishment. Yes [ ] No [ ] (ii) Name of the company that reconditioned that material (iii) Description of any work done or to be done, including the components to be replaced and the applicable rebuild standard. The material contains cure-dated components. Yes [ ] No [ ] If Yes, complete the following: (i)The price includes replacement of cure-dated components. Yes [ ] No [ ] (ii) Cure date: (5) The material has data plates attached. Yes [ ] No [ ] If Yes, insert all information contained on the data plate: (6)The offered material is in its original package. Yes [ ] No [ ] If Yes, complete the following: Contract Number: NSN: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 17 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) CAGE Code: Part Number: Other Markings/Data: (7)The offeror has supplied this same material (National Stock Number) to the Government before. Yes [ ] No [ ] If Yes, complete the following: (i) The material being offered is from the same original Government contract number as that provided previously. Yes [ ] No [ ] (ii) State below the Government Agency and contract number under which the material was previously provided: Agency: Contract Number: (8)The material is manufactured in accordance with a specification or drawing. Yes [ ] No [ ] If Yes, complete the following: (i) The specification/drawing is in the possession of the offeror. Yes [ ] No [ ] (ii) The offeror has stated the applicable information below: Yes [ ] No [ ] Specification/Drawing Number: Revision: (if any): Date: (9) The material has been inspected for correct part number and for absence of corrosion or any obvious defects. Yes [ ] No [ ] If Yes, complete the following: (i) Material has been re-preserved. Yes [ ] No [ ] (ii) Material has been repackaged. Yes [ ] No [ ] (iii) Percentage of material that has been inspected is %; and/or (iv) Number of items inspected is (v) A written report was prepared. Yes [ ] No [ ] The offeror agrees that in the event of award and notwithstanding the provisions of the solicitation. (i) Inspection and acceptance of the surplus material will be performed at source or destination subject to all applicable provisions for source or destination inspection. The offeror will forward to the contracting officer one of the following, within 24 hours of request by the contracting officer to demonstrate that the material being offered was previously owned by the Government (offeror check which one applies): [ ] For national or local sales, conducted by sealed bid, spot bid or auction methods, a solicitation/Invitation For Bid and corresponding DLA Disposition Services Form 1427, Notice of Award, Statement and Release Document. [ ] For DLA Disposition Services Commercial Venture (CV) Sales, the shipment receipt/delivery pass document and invoices/receipts used by the original purchaser to resell the material. [ ] When the above documents are not available, or if they do not identify the specific NSN being acquired, a copy or facsimile of all original package markings and data, including NSN, commercial and Government entity (CAGE) code and part number, and original contract number. (This information has already been provided in paragraph (6) of this procurement note. Yes [ ] No [ ] .) [ ] When none of the above are available, other information to demonstrate that the offered material was previously owned by the Government. Describe: This procurement note only applies to offers of Government surplus material. Offers of commercial surplus, manufacturer's overruns, residual inventory resulting from terminated Government contracts, and any other material that meets the technical requirements in the solicitation but was not previously owned by the Government will be evaluated in accordance with the DLAD procurement note L04, Offers for Part Numbered Items. If requested by the contracting officer, the offeror shall furnish sample units, in the number specified, to the contracting officer or to another location specified by the contracting officer, within 10 days after the contracting officer's request. The samples will be furnished at no cost to the Government. All such samples not destroyed in evaluation will be returned at the offeror's expense. The samples will be evaluated for form, fit, and function with subassembly, assembly, or equipment with which the items are to be used. End items furnished under any contract award to the offeror furnishing the samples can include the returned samples, and all acceptable end items will have a configuration identical to the samples. If specific tests of the samples' performance are made by the Government, the offeror will be furnished the results of such tests prior to a contract being entered into. In addition to any other inspection examinations and tests required by the contract, the performance of the end items will be required to be as good as that of the samples submitted. In the event of award, the contractor will be responsible for providing material that is in full compliance with all requirements in the contract or CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 18 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) order. The surplus material to be furnished must meet the requirements of the current contract or order, whether or not the material met Government requirements in existence at the time the material was initially manufactured or sold to the Government. If higher-level contract quality requirements apply to the material being acquired, those requirements do not apply to surplus material furnished under this contract. C17 FIRST DESTINATION TRANSPORTATION (FDT) PROGRAM – SHIPMENTS ORIGINATING FROM OUTSIDE THE CONTIGUOUS UNITED STATES (JUN 2020) (1) The FDT Program applies to this acquisition. Delivery terms are f.o.b. origin. The Government will conduct inspection and acceptance at destination. (2) If an offeror's shipments will originate from outside the contiguous United States, the offeror shall include in its f.o.b. origin price transportation to a contiguous United States location that the offeror selects based on cost-effectiveness or other variables at the offeror's discretion. The location the offeror selects becomes the point of origin for purposes of the f.o.b. origin terms and conditions of the solicitation or award. The offeror shall identify this contiguous United States location as the pick-up point in the Vendor Shipment Module (https://www.dau. edu/guidebooks/Shared%20Documents%20HTML/Guidebook%20for%20Contract%20Property%20Administration.aspx). SECTION D - PACKAGING AND MARKING 252.211-7006 PASSIVE RADIO FREQUENCY IDENTIFICATION (DEC 2019) DFARS (a) Definitions. As used in this clause -- “Advance shipment notice” means an electronic notification used to list the contents of a shipment of goods as well as additional information relating to the shipment, such as passive radio frequency identification (RFID) or item unique identification (IUID) information, order information, product description, physical characteristics, type of packaging, marking, carrier information, and configuration of goods within the transportation equipment. “Bulk commodities” means the following commodities, when shipped in rail tank cars, tanker trucks, trailers, other bulk wheeled conveyances, or pipelines: (1) Sand. (2) Gravel. (3) Bulk liquids (water, chemicals, or petroleum products). (4) Ready-mix concrete or similar construction materials. (5) Coal or combustibles such as firewood. (6) Agricultural products such as seeds, grains, or animal feed. “Case” means either a MIL-STD-129 defined exterior container within a palletized unit load or a MIL-STD-129 defined individual shipping container. “Electronic Product Code™ (EPC)” means an identification scheme for universally identifying physical objects via RFID tags and other means. The standardized EPC data consists of an EPC (or EPC identifier) that uniquely identifies an individual object, as well as an optional filter value when judged to be necessary to enable effective and efficient reading of the EPC tags. In addition to this standardized data, certain classes of EPC tags will allow user-defined data. The EPC Tag Data Standards will define the length and position of this data, without defining its content. “EPCglobal®” means a subscriber-driven organization comprised of industry leaders and organizations focused on creating global standards for the adoption of passive RFID technology. “Exterior container” means a MIL-STD-129 defined container, bundle, or assembly that is sufficient by reason of material, design, and construction to protect unit packs and intermediate containers and their contents during shipment and storage. It can be a unit pack or a container with a combination of unit packs or intermediate containers. An exterior container may or may not be used as a shipping container. “Palletized unit load” means a MIL-STD-129 defined quantity of items, packed or unpacked, arranged on a pallet in a specified manner and secured, strapped, or fastened on the pallet so that the whole palletized load is handled as a single unit. A palletized or skidded load is not considered to be a shipping container. A loaded 463L System pallet is not considered to be a palletized unit load. Refer to the Defense Transportation Regulation, DoD 4500.9-R, Part II, Chapter 203, for marking of 463L System pallets. “Passive RFID tag” means a tag that reflects energy from the reader/interrogator or that receives and temporarily stores a small amount of energy from the reader/interrogator signal in order to generate the tag response. The only acceptable tags are EPC Class 1 passive RFID tags that meet the EPCglobal™ Class 1 Generation 2 standard. “Radio frequency identification (RFID)” means an automatic identification and data capture technology comprising one or more reader/ interrogators and one or more radio frequency transponders in which data transfer is achieved by means of suitably modulated inductive or radiating electromagnetic carriers. “Shipping container” means a MIL-STD-129 defined exterior container that meets carrier regulations and is of sufficient strength, by reason of material, design, and construction, to be shipped safely without further packing (e.g., wooden boxes or crates, fiber and metal drums, and corrugated and solid fiberboard boxes). https://www.dau.edu/guidebooks/Shared%20Documents%20HTML/Guidebook%20for%20Contract%20Property%20Administration.aspx https://www.dau.edu/guidebooks/Shared%20Documents%20HTML/Guidebook%20for%20Contract%20Property%20Administration.aspx https://www.dau.edu/guidebooks/Shared%20Documents%20HTML/Guidebook%20for%20Contract%20Property%20Administration.aspx CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 19 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION D - PACKAGING AND MARKING (CONTINUED) (b)(1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall affix passive RFID tags, at the case- and palletized-unit- load packaging levels, for shipments of items that -- (i) Are in any of the following classes of supply, as defined in DoD Manual 4140.01, Volume 6, DoD Supply Chain Materiel Management Procedures: Materiel Returns, Retention, and Disposition: (A) Subclass of Class I - Packaged operational rations. (B) Class II - Clothing, individual equipment, tentage, organizational tool kits, hand tools, and administrative and housekeeping supplies and equipment. (C) Class IIIP - Packaged petroleum, lubricants, oils, preservatives, chemicals, and additives. (D) Class IV - Construction and barrier materials. (E) Class VI - Personal demand items (non-military sales items). (F) Subclass of Class VIII - Medical materials (excluding pharmaceuticals, biologicals, and reagents - suppliers should limit the mixing of excluded and non-excluded materials). (G) Class IX - Repair parts and components including kits, assemblies and subassemblies, reparable and consumable items required for maintenance support of all equipment, excluding medical-peculiar repair parts; and (ii) Are being shipped to one of the locations listed at https://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html or to -- (A) A location outside the contiguous United States when the shipment has been assigned Transportation Priority 1, or to -- (B) The following location(s) deemed necessary by the requiring activity: Contract Line, Subline, or Exhibit Line Item Number Location Name City State DoDAAC (2) The following are excluded from the requirements of paragraph (b)(1) of this clause: (i) Shipments of bulk commodities. (ii) Shipments to locations other than Defense Distribution Depots when the contract includes the clause at FAR 52.213-1, Fast Payment Procedures. (c) The Contractor shall -- (1) Ensure that the data encoded on each passive RFID tag are globally unique (i.e., the tag ID is never repeated across two or more RFID tags and conforms to the requirements in paragraph (d) of this clause; (2) Use passive tags that are readable; and (3) Ensure that the passive tag is affixed at the appropriate location on the specific level of packaging, in accordance with MIL-STD-129 (Section 4.9.2) tag placement specifications. (d) Data syntax and standards. The Contractor shall encode an approved RFID tag using the instructions provided in the EPC™ Tag Data Standards in effect at the time of contract award. The EPC™ Tag Data Standards are available at http://www.gs1.org/epc-rfid. (1) If the Contractor is an EPCglobal™ subscriber and possesses a unique EPC™ company prefix, the Contractor may use any of the identifiers and encoding instructions described in the most recent EPC™ Tag Data Standards document to encode tags. (2) If the Contractor chooses to employ the DoD identifier, the Contractor shall use its previously assigned Commercial and Government Entity (CAGE) code and shall encode the tags in accordance with the tag identifier details located in the DoD Suppliers' Passive RFID Information Guide at http://www.acq.osd.mil/log/sci/ait.html. If the Contractor uses a third-party packaging house to encode its tags, the CAGE code of the third-party packaging house is acceptable. (3) Regardless of the selected encoding scheme, the Contractor with which the Department holds the contract is responsible for ensuring that the tag ID encoded on each passive RFID tag is globally unique, per the requirements in paragraph (c)(1). (e) Advance shipment notice. The Contractor shall use Wide Area WorkFlow (WAWF), as required by DFARS 252.232-7003, Electronic Submission of Payment Requests, to electronically submit advance shipment notice(s) with the RFID tag ID(s) (specified in paragraph (d) of this clause) in advance of the shipment in accordance with the procedures at https://wawf.eb.mil/. (End of clause) SECTION E - INSPECTION AND ACCEPTANCE E05 PRODUCT VERIFICATION TESTING (MAY 2020) (1) Product verification testing (PVT) under this procurement note will only apply when the contracting officer specifically invokes it in writing. https://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html http://www.gs1.org/epc-rfid http://www.acq.osd.mil/log/sci/ait.html https://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm https://wawf.eb.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 20 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION E - INSPECTION AND ACCEPTANCE (CONTINUED) The contracting officer may invoke PVT at or after contract award. If the contracting officer invokes PVT at contract award, the contract will explicitly state this testing requirement. If the contracting officer invokes PVT after contract award, the contracting officer shall notify the contractor and the cognizant DCMA ACO. The Government will perform PVT testing at a Government-designated testing laboratory. (2) The contractor shall not ship or deliver any material until it receives notification of the acceptable PVT results, unless the contracting officer directs it to do so in writing The Government will provide the PVT results to the contractor within 20 business days after receipt at the Government testing facility, unless the Government specifies otherwise in writing. (3) The contractor shall provide and maintain an inspection system acceptable to the Government in accordance with FAR Clause 52.246-2 or 52.246-3; and maintain and make available all records evidencing those details if requested by the Government. When the Government finds evidence of risk associated with the contractor's sampling process, the Government may witness and evaluate the contractors sampling process. The contractor shall randomly select samples from the production lot(s), unless the contracting officer specifies otherwise in writing. The contractor shall ship the selected PVT samples with a copy of the system of record receiving report (i.e., WAWF, DD Form 250, or commercial shipping document) and the contractor's signed DD Form 1222. The contractor shall prepare the shipping container(s) by marking the external packages in bold letters, “Product Verification Test Samples - Do Not Post to Stock," Contract Number [ ] and Lot/Item Number [ ]” adjacent to the MIL-STD-129 (latest revision) identification markings. The contractor shall use a hard copy of the system of record receiving report as a packing list, in accordance with DFARS Appendix F. The contractor shall mark the exterior of the shipping container in accordance with MIL-STD129 (latest revision), paragraph 5.11. The contractor shall send samples by traceable means (e.g., certified or registered mail, United Parcel Service, Federal Express). The contractor shall include the following in the interior package: (a) Hard copies of the contract; (b) Material certifications/process operation sheets; and (c) Drawings used to manufacture the units and return shipping information. (4) The Government will return samples that pass testing and are not destroyed during evaluation to the contractor at the Government's expense for the contractor to include as part of the total contract quantity to be delivered under the contract. The contractor and Government may agree to dispose of samples not destroyed when the cost of the item does not justify the shipping expense. If the Government does not return approved samples that pass testing to the contractor, the Government will consider those samples as part of the contract quantity for payment and delivery. (5) If samples fail testing, the Government may reject the entire contract lot from which the contractor took the samples. The Government may, at its discretion, retain samples that fail testing without obligation to the contractor. SECTION H - SPECIAL CONTRACT REQUIREMENTS 252.223-7001 HAZARD WARNING LABELS (DEC 1991) DFARS (a) “Hazardous material,” as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract. (b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labelling requirements of one of the following statutes: (1) Federal Insecticide, Fungicide and Rodenticide Act; (2) Federal Food, Drug and Cosmetics Act; (3) Consumer Product Safety Act; (4) Federal Hazardous Substances Act; or (5) Federal Alcohol Administration Act. (c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labelled in accordance with one of the Acts in paragraphs (b)(1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard. MATERIAL (If None, Insert “None.”) ACT (d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 21 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION H - SPECIAL CONTRACT REQUIREMENTS (CONTINUED) (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract. (e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract). (End of clause) SECTION I - CONTRACT CLAUSES 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) DFARS 52.209-13 VIOLATION OF ARMS CONTROL TREATIES OR AGREEMENTS - CERTIFICATION (NOV 2021) FAR (a) This provision does not apply to acquisitions at or below the simplified acquisition threshold or to acquisitions of commercial products and commercial services as defined at FAR 2.101. (b) Certification. [Offeror shall check either (1) or (2).] [ ] (1) The Offeror certifies that -- (i) It does not engage and has not engaged in any activity that contributed to or was a significant factor in the President's or Secretary of State's determination that a foreign country is in violation of its obligations undertaken in any arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. The determinations are described in the most recent unclassified annual report provided to Congress pursuant to section 403 of the Arms Control and Disarmament Act (22 U.S.C. 2593a). The report is available at https://www.state.gov/bureaus- offices/under-secretary-for-arms-control-and-international-security-affairs/bureau-of-arms-control-verification-and-compliance/; and (ii) No entity owned or controlled by the Offeror has engaged in any activity that contributed to or was a significant factor in the President's or Secretary of State's determination that a foreign country is in violation of its obligations undertaken in any arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. The determinations are described in the most recent unclassified annual report provided to Congress pursuant to section 403 of the Arms Control and Disarmament Act (22 U.S.C. 2593a). The report is available at https:// www.state.gov/bureaus-offices/under-secretary-for-arms-control-and-international-security-affairs/bureau-of-arms-control-verification-and- compliance/; or [ ] (2) The Offeror is providing separate information with its offer in accordance with paragraph (d)(2) of this provision. (c) Procedures for reviewing the annual unclassified report (see paragraph (b)(1) of this provision). For clarity, references to the report in this section refer to the entirety of the annual unclassified report, including any separate reports that are incorporated by reference into the annual unclassified report. (1) Check the table of contents of the annual unclassified report and the country section headings of the reports incorporated by reference to identify the foreign countries listed there. Determine whether the Offeror or any person owned or controlled by the Offeror may have engaged in any activity related to one or more of such foreign countries. (2) If there may have been such activity, review all findings in the report associated with those foreign countries to determine whether or not each such foreign country was determined to be in violation of its obligations undertaken in an arms control, nonproliferation, or disarmament agreement to which the United States is a party, or to be not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. For clarity, in the annual report an explicit certification of non-compliance is equivalent to a determination of violation. However, the following statements in the annual report are not equivalent to a determination of violation: (i) An inability to certify compliance. (ii) An inability to conclude compliance. (iii) A statement about compliance concerns. (3) If so, determine whether the Offeror or any person owned or controlled by the Offeror has engaged in any activity that contributed to or is a significant factor in the determination in the report that one or more of these foreign countries is in violation of its obligations undertaken in an arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. Review the narrative for any such findings reflecting a determination of violation or non-adherence related to those foreign countries in the report, including the finding itself, and to the extent necessary, the conduct giving rise to the compliance or adherence concerns, the analysis of compliance or adherence concerns, and efforts to resolve compliance or adherence concerns. (4) The Offeror may submit any questions with regard to this report by email to NDAA1290Cert@state.gov. To the extent feasible, the Department of State will respond to such email inquiries within 3 business days. (d) Do not submit an offer unless -- (1) A certification is provided in paragraph (b)(1) of this provision and submitted with the offer; or (2) In accordance with paragraph (b)(2) of this provision, the Offeror provides with its offer information that the President of the United States CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 22 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION I - CONTRACT CLAUSES (CONTINUED) has -- (i) Waived application under U.S.C. 2593e(d) or (e); or (ii) Determined under 22 U.S.C. 2593e(g)(2) that the entity has ceased all activities for which measures were imposed under 22 U.S.C.2593e (b). (e) Remedies. The certification in paragraph (b)(1) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly submitted a false certification, in addition to other remedies available to the Government, such as suspension or debarment, the Contracting Officer may terminate any contract resulting from the false certification. (End of provision) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) DFARS (a) Definitions. As used in this clause -- “Automatic identification device” means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. “Concatenated unique item identifier” means -- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. “Data matrix” means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. “Data qualifier” means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. “DoD recognized unique identification equivalent” means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. “DoD item unique identification” means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. “Enterprise” means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. “Enterprise identifier” means a code that is uniquely assigned to an enterprise by an issuing agency. “Government's unit acquisition cost” means -- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. “Issuing agency” means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459. “Issuing agency code” means a code that designates the registration (or controlling) authority for the enterprise identifier. “Item” means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. “Lot or batch number” means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. “Machine-readable” means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. “Original part number” means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. “Parent item” means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 23 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION I - CONTRACT CLAUSES (CONTINUED) “Serial number within the enterprise identifier” means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. “Serial number within the part, lot, or batch number” means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. “Serialization within the enterprise identifier” means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. “Serialization within the part, lot, or batch number” means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. “Type designation” means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. “Unique item identifier” means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. “Unique item identifier type” means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description CLINS 0002, 0003, 0004, 0006 and 0007 Exempted by Military Service. Supplier should check IUID exception box in WAWF. (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number . (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number . (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that -- (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 24 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION I - CONTRACT CLAUSES (CONTINUED) Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall -- (A) Determine whether to -- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL- STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code -- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 25 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION I - CONTRACT CLAUSES (CONTINUED) (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/ uidregistry/. (2) Embedded items shall be reported by one of the following methods -- (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) , Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c) (1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) 252.215-7012 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018) DFARS As prescribed in 215.408(6)(iii), use the following provision: The Offeror shall submit the cost portion of the proposal via the following electronic media: [Insert media format, e.g., electronic spreadsheet format, electronic mail, etc.] (End of provision) 52.216-18 ORDERING (AUG 2020) FAR (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 730 days [insert dates]. (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) 52.216-19 ORDER LIMITATIONS (OCT 1995) FAR As prescribed in 16.506(b), insert a clause substantially the same as follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than see Section B [insert dollar figure or quantity], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of see Section B [insert dollar figure or quantity]; (2) Any order for a combination of items in excess of see Section B [insert dollar figure or quantity]; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b) https://www.acq.osd.mil/dpap/dars/dfars/html/current/215_4.htm https://www.acquisition.gov/sites/default/files/current/far/html/Subpart%2016_5.html CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 26 OF 51 PAGES CONTINUED ON NEXT PAGE SPE7MX-22-R-0072 SECTION I - CONTRACT CLAUSES (CONTINUED) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum- order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 INDEFINITE QUANTITY (OCT 1995) FAR As prescribed in 16.506(e), insert the following clause: (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.” (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) 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 one year from the date of the expiration of this contract or final scheduled delivery date under any delivery order placed hereunder, whichever is later. [insert date]. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR a) The Government may extend the term of this contract by written notice to the Contractor within current period of performance [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

PUMP UNIT, HYDRAULIC

Due: 06 May, 2024 (in 3 days)Agency: Department of Defense

43--PUMP UNIT,CENTRIFUG

Due: 06 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

PUMP UNIT,ROTARY

Due: 10 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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