Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

25 -- Armor Plate, NSN'S: 014849150 & 014836869

Notice Date
4/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331221 — Rolled Steel Shape Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8E514R0005
 
Archive Date
4/29/2014
 
Point of Contact
Alexcia A. Balsavage, Phone: 215-737-0536
 
E-Mail Address
alexcia.balsavage@dla.mil
(alexcia.balsavage@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING DO-C9 PAGE OF PAGES 1 19 2. CONTRACT No. 3. SOLICITATION No. SPE8E5-14-R-0005 4. TYPE OF SOLICITATION SEALED BID (IFB ) 5. DATE ISSUED 2014 APR 17 6. REQUISITION/PURCHASE No. See Schedule X NEGOTIATED (RFP ) 7. ISSUED BY CODE SPE8E5 8. ADDRESS OFFER TO (If other than I tem 7) See Block 7 DLA TROOP SUPPORT CONSTRUCTION & EQUIPMENT (MAT & ME) 700 ROBBINS AVENUE PHILADELPHIA PA 19111-5096 USA NOTE : In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and 1 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if 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. handcarried, in the depository located in Business Opportunities Office, Bldg 36-2-S until 3:00PM local time 2014-Apr-27 (Hour) (Date) 10. FOR INFORMATION CALL: A. NAME Alexcia Balsavage PEPCBC3 B. PHONE/FAX (NO COLLECT CALLS) C. EMAIL ADDRESS Alexcia.Balsavage@dla.mil Phone: 215-737-0536 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICITATION/CONTRACT FORM 1 X I CONTRACT CLAUSES 11 X B SUPPLIES OR SERVICES AND PRICES/COSTS 2 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS./WORK STATEMENT J LIST OF ATTACHMENTS X D PACKAGING AND MARKING 9 PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE 10 X K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS 17 X F DELIVERIES OR PERFORMANCE 10 G CONTRACT ADMINISTRATION DATA X L INSTRS., CONDS., AND NOTICES TO OFFERORS 19 X H SPECIAL CONTRACT REQUIREMENTS 11 X M EVALUATION FACTORS FOR AWARD 19 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. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different 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 desig nated p oint (s), within the time s p ecified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) 14. ACKNOWLEDGMENT OF AMEND- MENTS ( The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated ): AMENDMENT NO. DATE AMENDMENT NO. DATE 15A. NAME AND ADDRESS OF OFFER- OR CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE 17. SIGNATURE 18. OFFER DATE AREA CODE NUMBER EXT. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304 (c) ( ) 41 U.S.C. 253 (c) ( ) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified ) ITEM 24. ADMINISTERED BY (If other than item 7) CODE 25. PAYMENT WILL BE MADE BY CODE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA (Signature of Contracting Officer ) 28. AWARD DATE I MPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE STANDARD FORM 33 (Rev.9-97) Prescribed by GSA FAR (48 CFR) 53.214 (c) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 2 OF 19 PAGES "THE PURCHASE ORDER CLAUSES ARE APPLICABLE AS INDICATED IN THE DLA MASTER SOLICITATION FOR AUTOMATED SOLICITATIONS AND RESULTING AWARDS. REVISION 55, JANUARY 2013, WHICH CAN BE FOUND ON THE WEB AT http://www.dla.mil/Acquisition/Pages/Automaster.aspx" CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 3 OF 19 PAGES SECTION B SUPPLIES/SERVICES: 9515-01-484-9150 ITEM DESCRIPTION: ARMOR PLATE WHEN THE PURCHASE ORDER TEXT (POT) DESCRIBES THE REQUIRED PRODUCT(S) BY NAME AND PART NUMBER OF A SPECIFIC ENTITY, BY THE NAMES AND PART NUMBERS OF A NUMBER OF SPECIFIC ENTITIES, OR BY THE NAME(S) AND PART NUMBER(S) OF SPECIFIC ENTITY/ENTITIES AS MODIFIED BY ADDITIONAL REQUIREMENTS SET FORTH IN THE POT, ONLY THAT/THOSE PRODUCT(S) HAVE BEEN DETERMINED TO MEET THE NEEDS OF THE GOVERNMENT AND ARE ACCEPTABLE. SUCH PRODUCT(S) ARE "EXACT PRODUCT(S)" AS DEFINED IN "DLAD 52.217-9002, CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR PART NUMBERED ITEMS." A VENDOR OFFER/QUOTATION, "BID WITHOUT EXCEPTION," IS A CERTIFICATION THAT THE "EXACT PRODUCT," MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT WILL BE FURNISHED UNDER THE CONTRACT OR ORDER. ANY PRODUCT NOT MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT IS AN "ALTERNATE PRODUCT," EVEN THOUGH IT MIGHT BE MANUFACTURED IN ACCORDANCE WITH THE DRAWING(S) AND/OR SPECIFICATIONS OF ONE OF THE ENTITIES CITED IN THE POT. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. CADILLAC GAGE TEXTRON INC. DBA 10237 P/N 135257-66 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 9515-01-484-9150 158.000 EA $ $ ARMOR PLATE QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 4 OF 19 PAGES SECTION B SUPPLY/SERVICE: 9515-01-484-9150 CONT'D ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 240 DAYS ADO PREP FOR DELIVERY: PKGING DATA-QUP:001 SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951. Markings Paragraph When ASTM D3951, Commercial Packaging is specified, the following apply: •,,All containers shall meet ASTM D4169, Standard Practice for Performance Testing of Shipping Containers and Systems. •,,All Section D Packaging Clauses take precedence over ASTM D3951. •,,In addition to requirements in MIL-STD-129P, all Labeling and Marking shall have a Method of Preservation of Commercial Pack applied to the MIL-STD-129 identification labels on all shipping containers, including the unit and intermediate levels. The Method of Preservation (M) of Commercial Pack (CP) shall be applied to all labels and marking as "MCP." •,,For all shipments of packaged materiel to the Government, which includes either Depot (DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required in accordance with MIL-STD-129. See DLAD 52.211-9010 for exceptions to the Military Shipment Label (MSL) requirement. When the MSL is required, the Transportation Control Number (TCN) is not an exception and must always be present. TCN construction is detailed in DTR 4500.9-R (Appendix L). •,,The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified in the contract take precedence over ASTM D3951. •,,Loose-fill cushioning and dunnage materials are prohibited in all shipments to DOD customers. •,,Unitization in accordance with MIL-STD-147, Palletized Unit Loads, is required for all shipments to the DOD activities. PARCEL POST ADDRESS: SW3227 DLA DISTRIBUTION RED RIVER RECEIVING BLDG 499 10TH STREET AND K AVENUE TEXARKANA TX 75507-5000 US SUPPLIERS SHOULD ACCESS DPMS AT HTTPS://VSM.DISTRIBUTION.DLA.MIL, OR CALL 1-800-456-5507 FOR TRANSPORTATION AND SHIPPING ASSISTANCE. FREIGHT SHIPPING ADDRESS: CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 5 OF 19 PAGES SECTION B SUPPLY/SERVICE: 9515-01-484-9150 CONT'D SW3227 DLA DISTRIBUTION RED RIVER RECEIVING BLDG 499 10TH STREET AND K AVENUE TEXARKANA TX 75507-5000 US GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date 0001 0051478685 0001 N/A N/A N/A 12/03/2014 ***************************************************************************************** SUPPLIES/SERVICES: 9515-01-483-6869 ITEM DESCRIPTION: ARMOR PLATE WHEN THE PURCHASE ORDER TEXT (POT) DESCRIBES THE REQUIRED PRODUCT(S) BY NAME AND PART NUMBER OF A SPECIFIC ENTITY, BY THE NAMES AND PART NUMBERS OF A NUMBER OF SPECIFIC ENTITIES, OR BY THE NAME(S) AND PART NUMBER(S) OF SPECIFIC ENTITY/ENTITIES AS MODIFIED BY ADDITIONAL REQUIREMENTS SET FORTH IN THE POT, ONLY THAT/THOSE PRODUCT(S) HAVE BEEN DETERMINED TO MEET THE NEEDS OF THE GOVERNMENT AND ARE ACCEPTABLE. SUCH PRODUCT(S) ARE "EXACT PRODUCT(S)" AS DEFINED IN "DLAD 52.217-9002, CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR PART NUMBERED ITEMS." A VENDOR OFFER/QUOTATION, "BID WITHOUT EXCEPTION," IS A CERTIFICATION THAT THE "EXACT PRODUCT," MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT WILL BE FURNISHED UNDER THE CONTRACT OR ORDER. ANY PRODUCT NOT MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT IS AN "ALTERNATE PRODUCT," EVEN THOUGH IT MIGHT BE MANUFACTURED IN ACCORDANCE WITH THE DRAWING(S) AND/OR SPECIFICATIONS OF ONE OF THE ENTITIES CITED IN THE POT. CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 6 OF 19 PAGES SECTION B SUPPLY/SERVICE: 9515-01-483-6869 CONT'D IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. QUALIFIED SUPPLIERS LIST FOR DISTRIBUTORS (QSLD) REQUIREMENT (DLA TROOP SUPPORT JUNE 1994) FOR FSG'S 95 AND 96. ONLY SUPPLIERS LISTED ON THE QSLD ARE ELIGIBLE FOR AN AWARD PURSUANT TO THIS SOLICITATION. SUPPLIERS NOT QUOTING IN COMPLIANCE WITH THE QSLD REQUIREMENT MUST INDICATE THEY ARE DEVIATING FROM THE REQUIREMENTS OF THE SOLICITATION. ANY BID/QUOTE/OFFER BASED ON A PRODUCT SUPPLIED BY OTHER THAN AN APPROVED QSL DISTRIBUTOR, EVEN THOUGH THE PRODUCT MIGHT HAVE BEEN MANUFACTURED IN ACCORDANCE WITH THE DRAWING(S) AND/OR SPECIFICATION(S) AS CITED IN THE PURCHASE ORDER TEXT (POT) IS A BID/QUOTE/OFFER WITH EXCEPTION AND MUST BE SO INDICATED BY THE QUOTER/OFFEROR. ANY PRODUCT FURNISHED UNDER A CONTRACT OR ORDER FOR A PRODUCT DESIGNATED AS PART OF THE QSL PROGRAM, UNLESS SPECIFICALLY AUTHORIZED BY THE GOVERNMENT IN WRITING, MUST FULLY COMPLY WITH THE TERMS AND CONDITIONS OF THE QSL PROGRAM. ANY PRODUCT, WHICH DOES NOT FULLY COMPLY WILL BE CONSIDERED AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. FOR THIS SOLICITATION, AND ANY RESULTING ORDER ISSUED TO AN APPROVED QSLM/QSLD SUPPLIER WHOSE QUOTE IS BASED ON COMPLIANCE WITH THE QSL PROGRAM, REFERENCES TO SOURCE INSPECTION ARE HEREBY WAIVED. IN SUCH CASES, COQC, PVT, QAP-EQ003, ASQ H1331, AND DLAD 52.246-9064, IF REFERENCED, DO NOT APPLY. FOR MORE INFORMATION ABOUT THE QSL PROGRAM GO TO THE FOLLOWING WEBSITE: http://www.troopsupport.dla.mil/ce/qsl/ -OR- WRITE TO: DLA TROOP SUPPORT, ATTN: DLA TROOP SUPPORT - NASA, 700 ROBBINS AVENUE, PHILADELPHIA, PA 19111-5092 CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 7 OF 19 PAGES SECTION B SUPPLY/SERVICE: 9515-01-483-6869 CONT'D CADILLAC GAGE TEXTRON INC. DBA 10237 P/N 135257-44 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 9515-01-483-6869 72.000 EA $ $ ARMOR PLATE QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 240 DAYS ADO PREP FOR DELIVERY: PKGING DATA-QUP:001 SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951. Markings Paragraph When ASTM D3951, Commercial Packaging is specified, the following apply: •,,All containers shall meet ASTM D4169, Standard Practice for Performance Testing of Shipping Containers and Systems. •,,All Section D Packaging Clauses take precedence over ASTM D3951. •,,In addition to requirements in MIL-STD-129P, all Labeling and Marking shall have a Method of Preservation of Commercial Pack applied to the MIL-STD-129 identification labels on all shipping containers, including the unit and intermediate levels. The Method of Preservation (M) of Commercial Pack (CP) shall be applied to all labels and marking as "MCP." •,,For all shipments of packaged materiel to the Government, which includes either Depot (DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required in accordance with MIL-STD-129. See DLAD 52.211-9010 for exceptions to the Military Shipment Label (MSL) requirement. When the MSL is required, the Transportation Control Number (TCN) is not an exception and must always be present. TCN construction is detailed in DTR 4500.9-R (Appendix L). •,,The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified in the contract take precedence over ASTM D3951. •,,Loose-fill cushioning and dunnage materials are prohibited in all shipments to DOD customers. •,,Unitization in accordance with MIL-STD-147, Palletized Unit Loads, is required for all shipments to the DOD activities. CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 8 OF 19 PAGES SECTION B SUPPLY/SERVICE: 9515-01-483-6869 CONT'D PARCEL POST ADDRESS: SW3227 DLA DISTRIBUTION RED RIVER RECEIVING BLDG 499 10TH STREET AND K AVENUE TEXARKANA TX 75507-5000 US SUPPLIERS SHOULD ACCESS DPMS AT HTTPS://VSM.DISTRIBUTION.DLA.MIL, OR CALL 1-800-456-5507 FOR TRANSPORTATION AND SHIPPING ASSISTANCE. FREIGHT SHIPPING ADDRESS: SW3227 DLA DISTRIBUTION RED RIVER RECEIVING BLDG 499 10TH STREET AND K AVENUE TEXARKANA TX 75507-5000 US GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date 0002 0051478705 0001 N/A N/A N/A 10/02/2014 ***************************************************************************************** CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 9 OF 19 PAGES SECTION D - PACKAGING AND MARKING 252.211-7006 RADIO FREQUENCY IDENTIFICATION (SEP 2011) DFARS **** (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 4140.1-R, DoD Supply Chain Materiel Management Regulation, AP1.1.11: •(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 http://www.acq.osd.mil/log/rfid/ 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 TM Tag Data Standards in effect at the time of contract award. The EPC TM Tag Data Standards are available at http://www.epcglobalinc.org/standards/. •(1) If the Contractor is an EPCglobal TM subscriber and possesses a unique EPC TM company prefix, the Contractor may use any of the identifiers and encoding instructions described in the most recent EPC TM 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 at http://www.acq.osd.mil/log/rfid/tag_data.htm. 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/. CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 10 OF 19 PAGES (End of clause) 52.211-9010 SHIPPING LABEL REQUIREMENTS - MILITARY-STANDARD (MIL-STD) 129P (MAR 2012) DLAD 52.211-9010 SHIPPING LABEL REQUIREMENTS - MILITARY STANDARD (MIL-STD) 129P (NOV 2011), ALT I (AUG 2005) DLAD 52.211-9033 PACKAGING AND MARKING REQUIREMENTS (APR 2008) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) DLAD SECTION E - INSPECTION AND ACCEPTANCE 52.246-2 INSPECTION OF SUPPLIES FIXED PRICE (AUG 1996) FAR 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) FAR 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) DFARS SECTION F - DELIVERIES OR PERFORMANCE 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEP 1989) FAR 52.242-15 STOP-WORK ORDER (AUG 1989) FAR 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) FAR 52.247-60 GUARANTEED SHIPPING CHARACTERISTICS (DEC 1989) FAR •(a) The offeror is requested to complete paragraph (a)(1) of this clause, for each part or component which is packed or packaged separately. This information will be used to determine transportation costs for evaluation purposes. If the offeror does not furnish sufficient data in paragraph (a)(1) of this clause, to permit determination by the Government of the item shipping costs, evaluation will be based on the shipping characteristics submitted by the offeror whose offer produces the highest transportation costs or in the absence thereof, by the Contracting Officer's best estimate of the actual transportation costs. If the item shipping costs, based on the actual shipping characteristics, exceed the item shipping costs used for evaluation purposes, the Contractor agrees that the contract price shall be reduced by an amount equal to the difference between the transportation costs actually incurred, and the costs which would have been incurred if the evaluated shipping characteristics had been accurate. •(1) ) To be completed by the offeror: •(i) Type of container: Wood Box [ ], Fiber Box [ ], Barrel [ ], Reel [ ], Drum [ ], Other (specify) _; •(ii) Shipping configuration: Knocked-down [ ], Set-up [ ], Nested [ ], Other (specify) _; •(iii) Size of container: " (Length), ´ " (Width), ´ " (Height) = Cubic Ft; •(iv) Number of items per container each; •(v) ) Gross weight of container and contents Lbs; •(vi) ) Palletized/skidded [ ] Yes [ ] No; •(vii) Number of containers per pallet/skid ; •(viii) ) Weight of empty pallet bottom/skid and sides Lbs; •(ix) of pallet/skid and contents CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 11 OF 19 PAGES Lbs Cube _; •(x) ) Number of containers or pallets/skids per railcar * •(A) Size of railcar •(B) Type of railcar •(xi) ) Number of containers or pallets/skids per trailer * •(A) Size of trailer Ft •(B) Type of trailer * Number of complete units (contract line item) to be shipped in carrier's equipment. (2) To be completed by the Government after evaluation but before contract award: •(i) Rate used in evaluation: ; •(ii) Tender/Tariff: ; •(iii) Item:. (b) The guaranteed shipping characteristics requested in paragraph (a)(1) of this clause do not establish actual transportation requirements, which are specified elsewhere in this solicitation. The guaranteed shipping characteristics will be used only for the purpose of evaluating offers and establishing any liability of the successful offeror for increased transportation costs resulting from actual shipping characteristics which differ from those used for evaluation in accordance with paragraph (a) of this clause. (End of clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS 52.246-9039 REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES (NOV 2011) DLAD •(a) The Contractor shall remove or obliterate from a rejected end item and its packing and packaging, any marking, symbol, or other representation that the end item or any part of it has been produced or manufactured for the United States Government. Removal or obliteration shall be accomplished prior to any donation, sale, or disposal in commercial channels. The Contractor, in making disposition in commercial channels of rejected supplies, is responsible for compliance with requirements of the Federal Trade Commission Act (15 United States Code (U.S.C.) 45 et seq.) and the Federal Food, Drug and Cosmetic Act (21 U.S.C. 301 et seq.), as well as other Federal or State laws and regulations promulgated pursuant thereto. •(b) ) Unless otherwise authorized by the Contracting Officer, the Contractor is responsible for removal or obliteration of government identifications within 72 hours of rejection of nonconforming supplies including supplies manufactured for the Government but not offered or supplies transferred from the Government's account to the cold storage Contractor's account at origin or destination. (For product rejected at destination and returned to the Contractor's plant, the 72 hour period starts with the time of Contractor receipt of returned product). After removal or obliteration is accomplished and prior to disposition, the Contractor must notify the Government inspector. (End of Clause) SECTION I - CONTRACT CLAUSES 52.202-01 DEFINITIONS (NOV 2013) FAR 52.203-03 GRATUITIES (APR 1984) FAR 52.203-05 COVENANT AGAINST CONTINGENT FEES (APR 1984) FAR 52.203-06 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) FAR 52.203-07 ANTI-KICKBACK PROCEDURES (OCT 2010) FAR 52.203-08 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) FAR 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) FAR 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) FAR 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 12 OF 19 PAGES 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-RELATED FELONIES (DEC 2004) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 52.204-04 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013) FAR 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWRD MANAGEMENT (MAY 2013) DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) DFARS 52.209-06 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR SUSPENSION (AUG 2013) FAR 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006) DFARS 52.211-05 MATERIAL REQUIREMENTS (AUG 2000) FAR 252.211-7005 SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS (NOV 2005) DFARS **** (4) If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process. (d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI processes in lieu of military or Federal specifications or standards: (Offeror insert information for each SPI process) SPI Process: Facility: Military or Federal Specification or Standard: Affected Contract Line Item Number, Subline Item Number, Component, or Element: **** 52.211-9000 GOVERNMENT SURPLUS MATERIAL (NOV 2011) DLAD **** (c) With respect to the surplus material being offered, the Offeror represents that: (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 offered does not affect form, fit, function, or interface. Yes [ ] No [ ] Unknown [ ] The material was manufactured by: CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 13 OF 19 PAGES (Name) (Address) (2) The Offeror currently possesses the material. Yes [ ] No [ ] If no, the Offeror must attach or forward to the Contracting Officer an explanation as to how the offered quantities will be secured. If yes, the Offeror purchased the material from a Government selling agency or other source. Yes [ ] No [ ] If yes, provide the information below: 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, the Offeror must attach or forward to the Contracting Officer a complete description of the alterations or modifications. •(4) The material has been reconditioned. Yes [ ] No [ ] If yes, (i) the price offered includes the cost of reconditioning/refurbishment. Yes [ ] No [ ] ; and (ii) the Offeror must attach or forward to the Contracting Officer a complete 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, the price includes replacement of cure-dated components. Yes [ ] No [ ] •(5) The material has data plates attached. Yes [ ] No [ ] If yes, the Offeror must state below all information contained thereon, or forward a copy or facsimile of the data plate to the Contracting Officer. •(6) The offered material is in its original package. Yes [ ] No [ ] (If yes, the Offeror has stated below all original markings and data cited on the package; or has attached or forwarded to the Contracting Officer a copy or facsimile of original package markings.) Contract Number National Stock Number (NSN) Commercial and Government Entity (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, (i) the material being offered is from the same original Government contract number as that provided previously. Yes [ ] No [ ] ; and (ii) state below the Government Agency and contract number under which the material was previously provided: Agency Contract Number (8) The material is manufacturered in accordance with a specification or drawing. Yes [ ] No [ ] CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 14 OF 19 PAGES If yes, (i) the specification/drawing is in the possession of the Offeror. Yes [ ] No [ ]; and (ii) the Offeror has stated the applicable information below, or forwarded a copy or facsimile to the Contracting Officer. Yes [ ] No [ ] Specitication/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, (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 number of items inspected is _; and (iv) a written report was prepared. Yes [ ] No [ ] If yes, the Offeror has attached it or forwarded it to the Contracting Officer. Yes [ ] No [ ] •(d) The Offeror agrees that in the event of award and notwithstanding the provisions of the solicitation, inspection and acceptance of the surplus material will be performed at source or destination subject to all applicable provisions for source or destination inspection. •(e) The Offeror has attached or forwarded to the Contracting Officer one of the following, 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 Distribution Services 1427, Notice of Award, Statement and Release Document. [ ] For DLA Distribution Services Commercial Venture (CV) Sales, the shipment receipt/delivery pass document and invoices/receipts used by the original purchaser to resell the material. [ ] For DLA Distribution Services Recycling Control Point (RCP) term sales, the statement of account or billing document. [ ] For property sold under the exchange or sale regulation, conducted by sealed bid, auction or retail methods, a solicitation/Invitation for Bid and corresponding DLA Distribution Services Form 1427. [ ] 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 (c)(6) of this clause. Yes [ ] No [ ]) [ ] When none of the above are available, other information to demonstrate that the offered material was previously owned by the Government. Describe and/or attach. **** 52.211-9002 PRIORITY RATING (NOV 2011) DLAD 52.215-02 AUDIT AND RECORDS - NEGOTIATION (OCT 2010) FAR 52.215-08 ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT (OCT 1997) FAR 52.215-14 INTEGRITY OF UNIT PRICES (OCT 2010) FAR 52.215-9016 NOTICE TO CONTRACTORS AND DEFENSE FINANCE ACCOUNTING SERVICES (DFAS) (NOV 2011) DLAD 52.222-03 CONVICT LABOR (JUN 2003) FAR 52.222-19 CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2013) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) FAR 52.222-26 EQUAL OPPORTUNITY (MAR 2007) FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) FAR 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010) FAR CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 15 OF 19 PAGES 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) FAR 52.222-50 COMBATTING TRAFFICKING IN PERSONS (FEB 2009) FAR 52.223-06 DRUG-FREE WORKPLACE (MAY 2001) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.223-9002 ANTI-STAIN TREATMENT (UNTREATED WOOD PRODUCTS) (SEP 2008) DLAD 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (JUN 2012) DFARS 52.229-03 FEDERAL, STATE, AND LOCAL TAXES (FEB 2013) FAR 252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991) DFARS 52.232-01 PAYMENTS (APR 1984) FAR 52.232-08 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) FAR 52.232-11 EXTRAS (APR 1984) FAR 52.232-17 INTEREST (OCT 2010) FAR 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) FAR 52.232-25 PROMPT PAYMENT (OCT 2008) FAR 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 52.233-01 DISPUTES (JUL 2002) FAR 52.233-03 PROTEST AFTER AWARD (AUG 1996) FAR 52.233-04 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) FAR 52.233-9001 DISPUTES - AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (NOV 2011) DLAD **** (c) The offeror should check here to opt out of this clause: [ ]. Alternate wording may be negotiated with the contracting officer. 52.242-13 BANKRUPTCY (JUL 1995) FAR 52.243-01 CHANGES - FIXED PRICE (AUG 1987) FAR 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) DFARS 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENTS (MAR 1998) DFARS **** (b) In accordance with 10 U.S.C. 2410(a), any request for equitable adjustment to contract terms that exceeds the simplified acquisition threshold shall bear, at the time of submission, the following certificate executed by an individual authorized to cer tify the request on behalf of the Contractor: CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 16 OF 19 PAGES I certify that the request is made in good faith, and that the supporting data are accurate and complete to the best of my knowledge and belief. (Official's Name) (Title) 52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2013) FAR 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JUN 2013) DFARS 52.246-23 LIMITATION OF LIABILITY (FEB 1997) FAR 252.247-7023 TRANSPORATION OF SUPPLIES BY SEA (MAY 2002) DFARS 52.249-02 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 2012) FAR 52.249-08 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) FAR 52.249-9000 ADMINSTRATIVE COSTS OF REPROCUREMENT AFTER DEFAULT ADMINISTRATIVE COSTS OF REPORCUREMENT AFTER DEFAULT (MAY 1988) DLAD If this contract is terminated in whole or in part for default pursuant to the clause included herein entitled "Default," and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, as provided in paragraph (b) of the "Default" clause of the contract, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of [insert administrative cost figure] as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for default following which the Government repurchases the terminated supplies or services, regardless of whether any other damages are incurred and/or assessed. (End of clause ) 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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) : http://www.dla.mil/Acquisition and http://farsite.hill.af.mil/. (End of Clause) 52.253-01 COMPUTER GENERATED FORMS (JAN 1991) FAR 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013) DFARS •(a) Definition. "Export-controlled items," as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: •(1) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. •(2) "Items," defined in the EAR as "commodities", "software", and "technology," terms that are also defined in the EAR, 15 CFR 772.1. •(b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. •(c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. •(d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to- •(1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq. ); •(2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); •(3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); •(4) The Export Administration Regulations (15 CFR Parts 730-774); CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 17 OF 19 PAGES •(5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and •(6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUL 2012) DFARS **** (2) The following representations or certifications in ORCA are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] [ ] (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. [ ] (ii) 252.225-7000, Buy American-Balance of Payments Program Certificate. [ ] (iii) 252.225-7020, Trade Agreements Certificate. [ ] Use with Alternate I. [ ] (iv) 252.225-7022, Trade Agreements Certificate-Inclusion of Iraqi End Products. [ ] (v) 252.225-7031, Secondary Arab Boycott of Israel. [ ] (vi) 252.225-7035, Buy American -Free Trade Agreements-Balance of Payments Program Certificate. [ ] Use with Alternate I. [ ] Use with Alternate II. [ ] Use with Alternate III. [ ] Use with Alternate IV. [ ] Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at https:// www.acquisition.gov/. After reviewing the ORCA 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 FAR 52.204-8(c) and paragraph (d) 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 provision 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/DFARS Provision # Title Date Change **** 52.207-04 ECONOMIC PURCHASE QUANTITY - SUPPLIES (AUG 1987) FAR (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. _ _ _ (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 18 OF 19 PAGES ITEM QUANTITY_ PRICE QUOTATION TOTAL (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. (End of provision) 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) DFARS 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) •(a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. •(b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) •(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- •(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. •(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. •(b) The Offeror represents that- •(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, •(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.225-18 PLACE OF MANUFACTURE (SEP 2006) FAR •(a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- •(1) FSC 5510, Lumber and Related Basic Wood Materials; •(2) Federal Supply Group (FSG) 87, Agricultural Supplies; •(3) FSG 88, Live Animals; •(4) FSG 89, Food and Related Consumables; •(5) FSC 9410, Crude Grades of Plant Materials; •(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; •(7) FSC 9440, Mis cellaneous Crude Agricultural and Forestry Products; •(8) FSC 9610, Ores; •(9) FSC 9620, Minerals, Natural and Synthetic; and •(10) FSC 9630, Additive Metal Materials. CONTINUED ON NEXT PAGE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8E5-14-R-0005 PAGE 19 OF 19 PAGES "Place of manufacture" means the place where an end product is assembled out of compone nts, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. •(b) For statistical purpose s only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- •(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or •(2) ) [ ] Outside the United States. (End of provision) SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (DEC 2012) FAR 52.204-07 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) FAR 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE, EMERGENCY PREPAREDNESS, AND ENERGY USE PROGRAM (APR 2008) FAR Any contract awarded as a result of this solicitation will be ( ) DX rated order; ( ) DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the C ontractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] 52.216-01 TYPE OF CONTRACT (APR 1984) FAR The Government contemplates award of a contract resulting from this solicitation. (End of provision) 52.233-9000 AGENCY PROTESTS (NOV 2011) DLAD 52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) - FAR 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 electron ically at this/these address(es): http://www.dla.mil/Acquisition and http://farsite.hil.af.mil/. (End of Provision) 52.233-02 SERVICE OF PROTEST (SEP 2006) FAR •(a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] •(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Clause) SECTION M - EVALUATION FACTORS FOR AWARD 52.211-9003 CONDITIONS FOR EVALUATION OF OFFERS OF GOVERNMENT SURPLUS MATERIAL (AUG 2008) DLAD 52.211-9011 BUSINESS SYSTEMS MODERNIZATION (BSM) DELIVERY TERMS AND EVALUATION (MAY 2006) DLAD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPE8E514R0005/listing.html)
 
Place of Performance
Address: Cadillac Gage Textron Inc., Headquarters (Subsidiary), 201 Lowell St., Wilmington, Massachusetts, 01887, United States
Zip Code: 01887
 
Record
SN03342265-W 20140419/140417235742-d64527c5df3b5d2f566110b51aab0f1c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.