Page 1
REQUEST FOR QUOTATIONS
THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE
4. CERT.FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1
5. ISSUED BY
7. DELIVERY
9. DESTINATION
10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5 ON OR BEFORE CLOSE OF BUSINESS (Date)
IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter.
11. SCHEDULE (See Continuation Sheets)
12. DISCOUNT FOR PROMPT PAYMENT
d. CALENDAR DAYS
NUMBER
PERCENTAGE
NOTE: Additional provisions and representations are are not attached.
13. NAME AND ADDRESS OF QUOTER
a. NAME OF QUOTER
16. SIGNER
AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not useable
STANDARD FORM 18 (REV. 6-95) Prescribed by GSA-FAR (48 CFR) 53.215-1(a)
1. REQUEST NO.SPE4A4-19-T-9514
2. DATE ISSUED2019 AUG 19
3. REQUISITION/PURCHASE REQUEST NO.0081098903
RATINGDO-C9
DLA AVIATION SUPPLIER OPER SUPPLIER SPT DIV 8000 JEFFERSON DAVIS HIGHWAY RICHMOND VA 23297 USA Name: Heather Gomez Buyer Code:GPD5857 Tel: 804-279-6062 Email: Heather.Gomez@dla.mil
6. DELIVER BY (Date)169 DAYS ADO
8. TO:
c. CITY
d. STATE
b. STREET ADDRESS
a. NAME OF CONSIGNEE
e. ZIP CODE
a. 10 CALENDAR DAYS (%)
b. 20 CALENDAR DAYS (%)
c. 30 CALENDAR DAYS (%)
15. Date of Quotation
a. NAME (Type or Print)
AREA CODE
c. TITLE (Type or Print)
d. CITY
c. COUNTY
b. STREET ADDRESS
e. STATE
f. ZIP CODE
See Schedule
2019 AUG 26
NUMBER
FOB DESTINATION
OTHER (See Schedule)
CAGE
b. TELEPHONE
PAGE OF PAGES
1
POC INFORMATION: WHEN TECHNICAL DATA IS PROVIDED IT MUST BE OBTAINED AT:https://pcf1x.bsm.dla.mil/cfolders. DISCREPANCIES FOUND IN TECHNICAL DATA SHOULD SUBMIT REQUEST TO THE DLA CUSTOMER SERVICE WEBSITE:https://www.pdmd.dla.mil/cs/ ALL OTHER QUESTIONS (SOLICITATION REQUIREMENTS, ITEM DESCRIPTION, AWARD CHOICE, ETC.), PLEASE CONTACT THE BUYER SHOWN ABOVE. QUESTIONS REGARDING OPERATION OF THE DLA-BSM INTERNET BID BOARD SYSTEM SHOULD BE E-MAILED TO: DibbsBSM@dla.mil FOR IMMEDIATE ASSISTANCE, PLEASE REFER TO THE FREQUENTLY ASKED QUESTIONS (FAQS) ON BSM DIBBS AT: https://www.dibbs.bsm.dla.mil/Refs/help/DIBBSHelp.htm OR PHONE 1-855-DLA-0001 (1-855-352-0001). MASTER SOLICITATION THIS SOLICITATION INCORPORATES THE TERMS AND CONDITIONS SET FORTH IN THE DLA MASTER SOLICITATION FOR AUTOMATED SIMPLIFIED ACQUISITIONS REVISION 57 (AUGUST 13, 2019) WHICH CAN BE FOUND ON THE WEB AT: https://www.dla.mil/Portals/104/Documents/J7Acquisition/Master_Solicitation_Rev-57_August-13-2019.pdf?ver=2019-08-14-095848-350 This solicitation incorporates technical/quality requirements (‘R’ or ‘I’ number in section B). The full text is in the DLA Technical and Quality Master List of Requirements at: http://www.dla.mil/HQ/Acquisition/Offers/eprocurement.aspx The revisionof the TQ Master in effect on the award date controls.
14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION
1 14
Page 2
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 2 OF 14 PAGES
SPE4A4-19-T-9514
CONTINUED ON NEXT PAGE
SECTION A
THIS BUY MAY BE A CANDIDATE FOR AUTOMATED AWARD. HOWEVER, AUTOMATED SOLICITATIONS CONTAINING FIRST ARTICLE TEST REQUIREMENTS ARE NOT CANDIDATES FOR AN AUTOMATED AWARD. ALL QUOTES MUST BE SUBMITTED VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT https://www.dibbs.bsm.dla.mil. MICRO-PURCHASE QUOTES MAY BE AWARDED PRIOR TO RETURN DATE. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM 332991 SEE http://www.sba.gov/content/table-small-business-size-standards FOR THE CORRESPONDING SMALL BUSINESS SIZE STANDARD. DFARS 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM, APPLIES TO ALL QUOTES ABOVE THE MICRO-PURCHASE THRESHOLD. DESTINATION INSPECTION REQUIRED - FAR 52.246-2 APPLIES. This solicitation contemplates an award based on destination inspection. If an offeror proposes inspection and acceptance at origin, then an evaluation factor IAW Procurement Note E07 will be added to the offeror's quoted/offered price for each origin inspection required. If phased deliveries are required or offered, each phase of delivery will be presumed to result in one inspection. THE MANUFACTURERS INSPECTION SYSTEM MUST COMPLY WITH ISO 9001:2015 OR OTHER EQUIVALENT. IF QUOTING ‘OTHER EQUIVALENT’ SPECIFY WHAT ‘OTHER EQUIVALENT’ STANDARD APPLIES. Fast Pay does not apply to this solicitation Offerors are encouraged to submit price break information with their quotes. Solicitations which are manually evaluated and awarded at
Page 3
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 3 OF 14 PAGES
SPE4A4-19-T-9514
CONTINUED ON NEXT PAGE
SECTION A
increased quantities may be awarded based on the price break information submitted with the offeror's original quotation without further solicitation or discussion. If you anticipate quoting on a solicitation after the closing date, please submit a DIBBS quote with a bid type of “No Bid” and place an anticipated quote date or the reason you are not willing to quote. This does not prevent you from submitting an actual quote on DIBBS at a later date. It will overlay your previous no quote. This informs buyers of your intention to quote and prevents multiple calls for updates and cancelling of requirements assumed to be non-procurable due to no quotes/sources. The submission of an anticipated quote date does not preclude DLA from making an award to another acceptable timely offer. DLA funds Procurement Technical Assistance Centers (PTACs) to increase the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. PTACs have government contracting experts available to assist suppliers at no cost. Visit our website to find your local PTAC: http://www.dla.mil/HQ/SmallBusiness/PTAP.aspx THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS IT WILL NOT PROVIDE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES TO THE GOVERNMENT IN THE PERFORMANCE OF ANY AWARD RESULTING FROM THIS SOLICITATION, IN ACCORDANCE WITH PARAGRAPH (c) OF THE CLAUSE AT FAR 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019). Contractors shall not provide parts and supplies made using additive manufacturing (AM), unless AM is specifically authorized in the solicitation/contract. See procurement note L31.
Procurement History for NSN/FSC:010434380/3120 CAGE Contract Number Quantity Unit Cost AWD Date . 1UFW8 SPE4A614MJ416 63.000 21.25000 20140808
1UFW8 SPE4A614M9613 17.000 25.29000 20140224
Page 4
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 4 OF 14 PAGES
SPE4A4-19-T-9514
CONTINUED ON NEXT PAGE
SECTION A
Procurement History for NSN/FSC:010434380/3120 CAGE Contract Number Quantity Unit Cost AWD Date .
15860 SP044100MY229 119.000 18.47000 20000215
73134 DLA50089MFH92 150.000 16.54000 19890217
73134 DLA50088MC569 1440.000 5.22000 19871127
15860 DLA50087MBA61 2160.000 6.95000 19870316
73134 DLA50087MC433 760.000 5.18000 19861112
73134 DLA50086MQK59 500.000 7.48000 19861001
73134 DLA50086MA415 225.000 7.76000 19860422
This solicitation is being issued under the First Destination Transportation (FDT) program to reduce cost of transportation through the use of Government-Arranged Trasnportation utilizing Government contracts and rates. Offers should be submitted based on FOB Origin. For offerors whose shipments will orginate from outside the contiguous United States, the offeror's FOB Origin price shall include transportation to a contiguous United States location that the offeror selects based on cost effectiveness or other variables at the offeror's discretion. Additional information about FDT can be found at: http://www.dla.mil/FDTPI/
Page 5
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 5 OF 14 PAGES
SPE4A4-19-T-9514
CONTINUED ON NEXT PAGE
SECTION B
PR: 0081098903 NSN/MATERIAL:3120010434380 ITEM DESCRIPTION BUSHING,SLEEVE BUSHING SLEEVE RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ001: HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) 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 CONFIGRUATION CONTROL ITEM NORTHROP GRUMMAN SYSTEMS CORPORATION CAGE 26512 DRAWING GL519A REV A P/N: GL519A4-070 ACCEPTABLE SOURCES: NEW HAMPSHIRE BALL BEARINGS, ASTRO DIV (15860) ROLLER BEARING CO OF AMERICA (73134) IDENTIFY TO: CONFIGURATION CONTROL ITEM IAW CITED DRAWING AND/OR PART NUMBER. DOCUMENTATION REQUIREMENTS OF CLAUSE 52.211-9042 APPLY FOR NEW OFFERORS NOT CITED HEREIN. ITEM IDENTIFICATION IAW MIL-STD-130N, DTD 16-NOV-2012. CRITICAL APPLICATION ITEM New Hampshire Ball Bearings, Inc. 15860 P/N GL519A4-070 ROLLER BEARING COMPANY OF AMERICA, 73134 P/N GL519A4-070 IAW REFERENCE QAP 13873 QAP-B02 REVISION NR B DTD 12/11/2013 PART PIECE NUMBER:
Page 6
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 6 OF 14 PAGES
SPE4A4-19-T-9514
CONTINUED ON NEXT PAGE
SECTION B
PR: 0081098903 PRLI: 0001 CONT’D
CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 0081098903 0001 EA 81.000
NSN/MATERIAL:3120010434380 DELIVERY (IN DAYS):0169 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:001 SHALL BE PACKAGED IN ACCORDANCE WITH ASTM D 3951. Markings Paragraph When ASTM D3951, Commercial Packaging is specified, the following apply: •,,All Section “D” Packaging and Marking Clauses take precedence over ASTM D3951. •,,In addition to requirements in MIL-STD-129, when Commercial Packaging is used, the Method of Preservation for all MIL-STD-129 marking and labeling shall be “CP” Commercial Pack. •,,The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified in the contract take precedence over QUP in ASTM D3951. PARCEL POST ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US Need Ship Date:02/12/2020 Original Required Delivery Date:01/30/2020
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
Page 7
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 7 OF 14 PAGES
SPE4A4-19-T-9514
CONTINUED ON NEXT PAGE
SECTION F - DELIVERIES OR PERFORMANCE
52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (FAR)
SECTION I - CONTRACT CLAUSES
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DoD OFFICIALS (SEPT 2011) (DFARS)
252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEPT 2013) (DFARS)
252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) (DFARS)
252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) (DFARS)
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) (DFARS)
252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) (DFARS)
252.225-7007 PROHIBITION ON ACQUISITION OF UNITED STATES MUNITIONS LIST ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) (DFARS)
252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) (DFARS)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) (DFARS)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (DFARS)
(a) Definitions. As used in this clause -- “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. “Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall -- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items --
Page 8
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 8 OF 14 PAGES
SPE4A4-19-T-9514
SECTION I - CONTRACT CLAUSES (CONTINUED)
CONTINUED ON NEXT PAGE
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. When creating documents in WAWF, an invoice and receiving report are both required unless an exception at DFARS 232.7002(a) applies. The invoice and receiving report may be submitted separately or together as a combo type document. See DFARS appendix F for detailed instructions on preparing the WAWF receiving report. ***NOTE: For contracts in accordance with fast payment procedures, if the customer does not have a registered acceptor in WAWF, submit an invoice only. (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. N/A for supply contracts/submit an invoice 2in1 for service contracts (Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table*
Field Name in WAWF
Data to be entered in WAWF
Pay Official DoDAAC
See Resulting Award
Issue By DoDAAC
See Resulting Award
Admin DoDAAC**
See Resulting Award
Inspect By DoDAAC
See Resulting Award if applicable
Ship To Code
See Resulting Award if applicable
Ship From Code
See Resulting Award if applicable
Mark For Code
See Resulting Award if applicable
Service Approver (DoDAAC)
See Resulting Award if applicable
Service Acceptor (DoDAAC)
See Resulting Award if applicable
Accept at Other DoDAAC
See Resulting Award if applicable
LPO DoDAAC
See Resulting Award if applicable
DCAA Auditor DoDAAC
See Resulting Award if applicable
Other DoDAAC(s)
See Resulting Award if applicable
(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert “See Schedule” or “Not applicable.”)
Page 9
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 9 OF 14 PAGES
SPE4A4-19-T-9514
SECTION I - CONTRACT CLAUSES (CONTINUED)
CONTINUED ON NEXT PAGE
(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Contact the local contract administrator found in block 6 of the DD 1155 (Contracting Officer: Insert applicable information or “Not applicable.”) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (DFARS)
252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) (DFARS)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) (DFARS)
252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) (DFARS)
52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) (FAR)
52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) (FAR)
52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (APR 2008) (FAR)
52.211-5 MATERIAL REQUIREMENTS (AUG 2000) (FAR)
52.213-4 TERMS AND CONDITIONS—SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (JAN 2019) (FAR)
*** (c) FAR . This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: https://www.acquisition.gov/?q=browsefar DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx ***
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES, ALT I (JUL 2014) (FAR)
As prescribed in 22.1408(b), add the following as a preamble to the clause: Notice: The following term(s) of this clause are waived for this contract: _______________ [List term(s)].
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (FAR)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (FAR)
52.243-1 CHANGES - FIXED PRICE (AUG 1987) (FAR)
Page 10
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 10 OF 14 PAGES
SPE4A4-19-T-9514
SECTION I - CONTRACT CLAUSES (CONTINUED)
CONTINUED ON NEXT PAGE
52.246-2 INSPECTION OF SUPPLIES- FIXED PRICE (AUG 1996) (FAR)
52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) (FAR)
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (DFARS)
252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2018) (DFARS)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) (DFARS)
52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) (FAR)
(a) Definitions. As used in this provision– “Commercial and Government Entity (CAGE) code” means– (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. “Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it has or does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates “has” in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code: ____________________ Immediate owner legal name: ______________________ (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity?: Yes or No. (d) If the Offeror indicates “yes” in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ___________________ Highest-level owner legal name: ___________________ (Do not use a “doing business as” name) (End of provision)
52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2018) (FAR)
(a)(1) The North American Industry classification System (NAICS) code for this acquisition is ___SEE SECTION A OF FORM SF18___ . (2) The small business size standard is ___SEE SECTION A OF FORM SF18___. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [_] (i) Paragraph (d) applies.
Page 11
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 11 OF 14 PAGES
SPE4A4-19-T-9514
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS (CONTINUED)
CONTINUED ON NEXT PAGE
[_] (ii) Paragraph (d) does not apply and the offeror has compleeted the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless -- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that -- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations --Representation. (vii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (ix) 52.214-14, Place of Performance --Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xiv) 52.222-25, Affirmative Action Compliance.This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvi) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA - designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xvii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA -designated items. (xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -Representation. This provision applies to solicitation that include the clause at 52.204-7. (xix) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xx) 52.225-4, Buy American --Free Trade Agreements --Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $80,317, the provision with its Alternate II applies.
Page 12
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 12 OF 14 PAGES
SPE4A4-19-T-9514
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS (CONTINUED)
CONTINUED ON NEXT PAGE
(D) If the acquisition value is $80,317 or more but is less than $100,000, the provision with its Alternate III applies. (xxi) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan --Certification. This provision applies to all solicitations. (xxiii) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations. (xxiv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: ___ (i) 52.204-17, Ownership or Control of Offeror. ___ (ii) 52.204-20, Predecessor of Offeror. ___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. ___ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification. ___ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. ___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). ___ (vii) 52.227-6, Royalty Information. ___ (A) Basic. ___ (B) Alternate I. ___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www. acquisition.gov . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. (End of Provision)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM RE-REPRESENTATION (JUL 2013) (FAR)
(a) Definitions. As used in this clause— Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is “not dominant in its field of operation” when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
Page 13
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 13 OF 14 PAGES
SPE4A4-19-T-9514
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS (CONTINUED)
CONTINUED ON NEXT PAGE
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts— (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer’s name and title]. (End of clause)
SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM— STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) (DFARS)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) (FAR)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) (FAR)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) (FAR)
52.204-20 PREDECESSOR OF OFFEROR (JUL 2016) (FAR)
(a) Definitions. As used in this provision– “Commercial and Government Entity (CAGE) code” means– (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. “Predecessor” means an entity that is replaced by a successor and includes any predecessors of the predecessor. “Successor” means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it is or is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated “is” in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark “Unknown”)
Page 14
CONTINUATION SHEET
REFERENCE NO. OF DOCUMENT BEING CONTINUED:
PAGE 14 OF 14 PAGES
SPE4A4-19-T-9514
SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS (CONTINUED)
Predecessor legal name: _________________________ (Do not use a “doing business as” name) (End of provision)
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) (FAR)
52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) (FAR)
Any contract awarded as a result of this solicitation will be [ ] DX rated order; [ ] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. ***SEE BLOCK 4 ON THE FORM SF18*** (End of provision)
52.211-2 AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (APR 2014) (FAR)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) (FAR)
As prescribed in 52.107(a), insert the following provision: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: https://www.acquisition.gov/?q=browsefar DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx (End of provision)
Page: 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14