Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

41 -- SERIES COBRA TEMPERATURE CONTROLLER

Notice Date
12/10/2019 10:51:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-20-Q-69-4236-20
 
Response Due
12/16/2019 1:00:00 PM
 
Archive Date
12/17/2019
 
Point of Contact
Alvin Williams, Phone: 2024046786, Michelle R. Waters, Phone: 2027672243
 
E-Mail Address
alvin.williams@nrl.navy.mil, michelle.waters@nrl.navy.mil
(alvin.williams@nrl.navy.mil, michelle.waters@nrl.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote (RFQ)This is a total small business set-aside (FAR 13- 13.003(b) (1)) procurement on a Firm-Firm Fixed-Price (FFP) basis. Award shall be made to the quoter whose quotation offers the lowest-priced, technically acceptable solution (LPTA), which can deliver within 30 days or by DD MM YY.Lowest Price Technically Acceptable -Factor 1 - Price. Quotes will be evaluated to determine if the price is fair, and reasonable in accordance with FAR 12.209 (Commercial Item Determination of Price Reasonableness) and in conjunction with FAR 13.106-3 (Simplified Acquisition Procedures Award and Documentation). Quotations shall include a price for each Contract Line Item Number (CLIN).Factor 2 - Technical. The Government will evaluate the quoter’s capabilities to provide supplies/services in accordance with (IAW) the Solicitation.Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation. Offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable. If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s)Table A-1. Technical Acceptable/Unacceptable Ratings:RatingDescriptionAcceptableQuote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications.UnacceptableQuote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications.Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).SAM Registration. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a quote.Supplies: Items must be brand name or equal in accordance with FAR 52.211-6.Software/Hardware/Services: No gray market or third party vendors. Authorized resellers ONLY.Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.The Technical and Price Quotation shall be submitted via email to buyername@nrl.navy.mil. Faxed quotations will not be accepted.GOVERNMENT POINT OF CONTACTPurchasing Agent Name:Tel: 202-404-6786Email: alvin.williams@nrl.navy.milQUESTIONS CONCERNING THE RFQ: All questions concerning this RFQ are due via email to the Contracting Officer name at alvin.williams@nrl.navy.mil No Later Than (NLT) 3 business days after the sending of this Request For Quotation (RFQ) to ensure timely award. The Government may, in its sole discretion, choose not to respond to questions received after the deadline.QUOTATION CONTENTSThe contractor may provide a quotation as long as it meets the Government’s minimum solicited technical standards of this Request for Quotations and the attached INQUIRY OF AVAILABILITY. Quotations shall comply with or clearly state, at a minimum, the following information:(1) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state “open market” or should reference the applicable GSA/FSS number.(2) Expiration date of quoted and submitted prices. (3) Contractor’s Federal Tax I.D., CAGE code, and DUNS number.(4) Payment Terms will be Net 30 unless stated differently on the quote.(5) If available, please include your company’s published price list.(6) Include estimated shipping and handling if applicable.The following provisions and contract clauses are hereby incorporated into this request for quote (RFQ). Any provisions and contract clauses not applicable by their terms shall be self-deleting.FAR SOLICITATION PROVISIONS AND CONTRACT CLAUSES: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (Jan 2017) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-8, Annual Representations and Certifications (Jan 2018) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17, Ownership or Control of Offeror (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-20, Predecessor of Offeror (July 2016) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.207-4, Economic Purchase Quantity - Supplies (Aug. 1987) FAR 52.207-5, Option to Purchase Equipment (Feb 1995) FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (May 2014) FAR 52.209-1, Qualification Requirements (Feb 1995) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.211-5, Material Requirements (Aug 2000) FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) FAR 52.211-16, Variation in Quantity (Apr 1984) FAR 52.212-1, Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) (Oct2018) FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Oct 2018) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) FAR 52.213-1, Fast Payment Procedure (May 2006) FAR 52.213-3, Notice to Supplier (APR 1984) FAR 52.213-4, Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). (Jan 2018) FAR 52.214-34, Submission of Offers in the English Language (Apr 1991) FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) FAR 52.219-1 -- Small Business Program Representations (Oct 2014) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-3 -- Convict Labor (Jun 2003) FAR 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001) FAR 52.222-19 -- Child Labor—Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-20 - Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 (May 2014) FAR 52.222-21 -- Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance (April 1984) FAR 52.222-26 -- Equal Opportunity (Sep 2016) FAR 52.222-29 -- Notification of Visa Denial (Apr 2015) FAR 52.222-41 -- Service Contract Labor Standards (May 2014) FAR 52.222-50 -- Combating Trafficking in Persons (Mar 2015) FAR 52.223-2, Affirmative Procurement of Bio-based Products Under Service And Construction Contracts (SEP 2013) FAR 52.223-6 -- Drug-Free Workplace (May 2001) FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) FAR 52.223-12, Refrigeration Equipment and Air Conditioners (JUN 2016) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.223-20, Aerosols (Jun 2016) FAR 52.223-21, Foams (Jun 2016) FAR 52.224-1, Privacy Act Notification (Apr 1984) FAR 52.224-2, Privacy Act (Apr 1984) FAR 52.225-1, Buy American—Supplies (May 2014) FAR 52.225-2, Buy American Certificate (May 2014) FAR 52.225-3, Buy American -- Free Trade Agreements--Israeli Trade Act (May 2014) FAR 52.225-4 -- Buy American -- Free Trade Agreements - Israeli Trade Act Certificate (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-14, Inconsistency Between English Version and Translation of Contract(FEB 2000) FAR 52.225-18 - Place of Manufacture (Mar 2015) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Oct 2015) FAR 52.232-1, Payments. (Apr 1984) FAR 52.232-8, Discounts for Prompt Payment (Feb 2002) FAR 52.232-11, Extras (Apr 1984) FAR 52.232-23, Assignment of Claims (May 2014) FAR 52.232-25, Prompt Payment (Jan 2017) FAR 52.232-32, Performance-Based Payments (Apr 2012) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors(DEC 2013) FAR 52.233-1, Disputes (May 2014) Alternate I (Dec 1991). FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-1, Site Visit (1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.243-1, Changes -- Fixed-Price (Apr 1987) FAR 52.244-5 -- Competition in Subcontracting (Dec 1996) FAR 52.244-6 -- Subcontracts for Commercial Items (Nov 2017) FAR 52.245-1, Government Property (Jan 2017) FAR 52.245-2, Government Property Installation Operation Services (APR 2012) FAR2.245-9, Use and Charges (APR 2012) FAR 52.247-29, F.O.B. - Origin (Feb 2006) FAR 52.247-30, F.O.B. -- Origin, Contractors Facility (Feb 2006) FAR 52.247-34, F.O.B Destination (NOV 1991) FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998)DFARS PROVISIONS AND CLAUSES: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7003, Agency Office of the Inspector General (DEC 2012) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.204-7013, Limitations on the Use or Disclosure of Information by Litigation Support Offeror (MAY 2016) DFARS 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors (MAY 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.211-7006, Passive Radio Frequency Identification (MAR 2018) DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012) DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance (MAR 2018)Evaluations Less Than or Equal to $1 Million DFARS 252.215-7007, Notice of Intent to Resolicit (JUN 2012) DFARS 252.215-7008, Only One Offer (OCT 2013) DFARS 252.219-7000, Advancing Small Business Growth (SEP 2016) DFARS 252.223-7004 Drug-Free Work Force (SEP 1988) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate - Basic (NOV 2014) Alternate I (NOV 2014) DFARS 252.225-7001, Buy American Act and Balance of Payments Program - Basic(DEC 2017) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2017) DFARS 252.225-7006, Acquisition of the American Flag (AUG 2015) DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013) DFARS 252.225-7013, Duty-Free Entry (MAY 2016) DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) DFARS 252.225-7037, Evaluation of Offers for Air Circuit Breakers (JUN 2005) DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities—Representations (JAN 2018) DFARS 252.227-7013, Rights in Technical Data - Noncommercial Items (FEB 2014) Alternate I (JUN 1995) DFARS 252.227-7015, Technical Data - Commercial Items (FEB 2014) DFARS 252.227-7020, Rights in Special Works (JUN 1995) DFARS 252.227-7021, Rights in Data--Existing Works (MAR 1979) DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (MAY 2013) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees(JUN 2013) DFARS 252.239-7009, Representation of Use of Cloud Computing (SEP 2015) DFARS 252.239-7010, Cloud Computing Services (OCT 2016) DFARS 252.239-7017, Notice of Supply Chain Risk (NOV 2013) DFARS 252.239-7018, Supply Chain Risk (OCT 2015) DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013) DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) DFARS 252.246-7008, Sources of Electronic Parts (DEC 2017)DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016)(a) Definitions. As used in this clause—“Automatic identification device” means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.“Concatenated unique item identifier” means—(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number.“Data matrix” means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022.“Data qualifier” means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.“DoD recognized unique identification equivalent” means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.“DoD item unique identification” means a system of marking items delivered toDoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.“Enterprise” means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.“Enterprise identifier” means a code that is uniquely assigned to an enterprise by an issuing agency.“Government’s unit acquisition cost” means—(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor’s estimated fully burdened unit cost to the Government at the time of delivery; and(3) For items produced under a time-and-materials contract, the Contractor’s estimated fully burdened unit cost to the Government at the time of delivery.“Issuing agency” means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459.“Issuing agency code” means a code that designates the registration (or controlling) authority for the enterprise identifier.“Item” means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.“Lot or batch number” means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions.“Machine-readable” means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.“Original part number” means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface.“Parent item” means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent.“Serial number within the enterprise identifier” means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.“Serial number within the part, lot, or batch number” means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.“Serialization within the enterprise identifier” means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier.“Serialization within the part, lot, or batch number” means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier.“Type designation” means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto.“Unique item identifier” means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.“Unique item identifier type” means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.(c) Unique item identifier.(1) The Contractor shall provide a unique item identifier for the following:(i) Delivered items for which the Government’s unit acquisition cost is $5,000 or more, except for the following line items:Contract Line, Subline, orExhibit Line Item Number Item Description_________________________________________________________________________________________________________________________________________________________________________________________________________(ii) Items for which the Government’s unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table:Contract Line, Subline, orExhibit Line Item Number Item Description_________________________________________________________________________________________________________________________________________________________________________________________________________(If items are identified in the Schedule, insert “See Schedule” in this table.)(iii) Subassemblies, components, and parts embedded within delivereditems, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____.(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____.(v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability.(2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification.(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that—(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media.(5) Unique item identifier.(i) The Contractor shall—(A) Determine whether to— (1) Serialize within the enterprise identifier;(2) Serialize within the part, lot, or batch number; or(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version;(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version.(ii) The issuing agency code—(A) Shall not be placed on the item; and(B) Shall be derived from the data qualifier for the enterprise identifier.(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information:(1) Unique item identifier.(2) Unique item identifier type.(3) Issuing agency code (if concatenated unique item identifier is used).(4) Enterprise identifier (if concatenated unique item identifier is used).(5) Original part number (if there is serialization within the original part number).(6) Lot or batch number (if there is serialization within the lot or batch number).(7) Current part number (optional and only if not the same as the original part number).(8) Current part number effective date (optional and only if current part number is used).(9) Serial number (if concatenated unique item identifier is used).(10) Government’s unit acquisition cost.(11) Unit of measure.(12) Type designation of the item as specified in the contract schedule, if any.(13) Whether the item is an item of Special Tooling or Special Test Equipment.(14) Whether the item is covered by a warranty.(e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part.(2) Unique item identifier of the embedded subassembly, component, or part.(3) Unique item identifier type.**(4) Issuing agency code (if concatenated unique itemidentifier is used).**(5) Enterprise identifier (if concatenated unique item identifier is used).**(6) Original part number (if there is serialization within the original part number).**(7) Lot or batch number (if there is serialization within the lot or batch number).**(8) Current part number (optional and only if not the same as the original part number).**(9) Current part number effective date (optional and only if current part number is used).**(10) Serial number (if concatenated unique item identifier is used).**(11) Description.** Once per item.(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/.(2) Embedded items shall be reported by one of the following methods—(i) Use of the embedded items capability in WAWF;(ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or(iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423.(g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for whichitem unique identification is required in accordance with paragraph (c)(1) of this clause,the Contractor shall include this clause, including this paragraph (g), in the applicablesubcontract(s), including subcontracts for commercial items.(End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cc36d68ed46f430a97e63d045dd1cea5/view)
 
Place of Performance
Address: 50000, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN05513202-F 20191212/191210230253 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.