SOLICITATION NOTICE
81 -- Cushions
- Notice Date
- 5/18/2022 6:19:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) Manufacturing
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-22-Q-TSBC
- Response Due
- 6/18/2022 10:30:00 AM
- Archive Date
- 07/03/2022
- Point of Contact
- Andrea Garcia, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
andrea.garcia63.civ@army.mil, cindy.k.wagoner.civ@army.mil
(andrea.garcia63.civ@army.mil, cindy.k.wagoner.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. Commercial procedures under FAR Part 12 will be used, in accordance with DFARS 252.215-7013 � Supplies and Services Provided by Nontraditional Defense Contractors. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-22-Q-TSBC.� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. This request is issued as a 100% Small Business Set-Aside. The NAICS code for this procurement is 326150; the small business size standard is 750 employees.� The Federal Supply Code is 8140. Offerors must be registered within the System for Award Management (SAM) database at time of response to this solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is for the following: MJU-76/B Top Cushion CLIN 0001: Top Cushion First Article Test (FAT) Quantity: 10 each CLIN 1001: Top Cushion Production Quantity: 4,387 each In accordance with drawing SA3976AS192 Attachment 01 and drawing 7516394 Raw Materials Attachment 04. Raw material specifications must be in accordance with Specification A-A-59136. Alternate material is not acceptable. See Attachment 10- 76B Packing Memo. MJU-76/B Support Cushion CLIN 0002: Support Cushion First Article Test (FAT): 10 each CLIN 1002: Support Cushion Production Quantity:� 8,774 each In accordance with drawing 3763AS202 Attachment 02 and drawing 7516394 Raw Materials Attachment 04. Raw materials specifications must be in accordance with Specification A-A-59136. Alternate material is not acceptable. See Attachment 10- 76B Packing Memo. MJU-76/B Bottom Cushion CLIN 0003: Bottom Cushion First Article Test (FAT) Quantity: 10 each CLIN 1003: Bottom Cushion Production Quantity: 4,387 each In accordance with drawing 3763AS201 Attachment 03 and drawing 7516394 Raw Materials Attachment 04. Raw materials specifications must be in accordance with Specification A-A-59136. Alternate material is not acceptable. See Attachment 10- 76B Packing Memo. A Certificate Material Analysis is required for each item for each delivery. See the following attachments: Attachment 06 � CertMatTestRep Top Cushions Attachment 07- CertMatTestRep Support Cushions Attachment 08- CertMatTestRep Bottom Cushions A copy of the Certification Material Analysis shall be included with each shipment and an electronic copy shall be sent to the Contract Specialist andrea.garcia63.civ@army.mil and Contracting Officer cindy.k.wagoner.civ@army.mil. PACKAGING AND PACKING Preservation, Packaging, and Packing in accordance with ATSM D 3951 (Commercial Packaging). DRAWING ACCESS The drawings associated with this acquisition are Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY.� All firms must be registered in the Joint Certification Program (JCP) in order to access the drawings associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx������ Registration requires completion of the DD Form 2345.� Firms are required to have a current valid Cage Code in order to register. NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY.� DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER �SUBMITTING THE DD FORM 2345� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx Access to the drawings is restricted to the data custodian listed on the DD Form 2345. *NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the �Reason for Request� block. See additional Attachment 09 � Technical Data Package Information, and Distribution and Destruction of Restricted Technical Data � TYPE OF CONTRACT The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract. DELIVERY and LOCATION The Delivery Dates are as follows: CLIN�� Description��������������������������������� ���� ���������������������� �Suggested Delivery Date 0001�� Top Cushion FAT Quantity ����������������������������������� 2 weeks after award 1001�� Top Cushion Production Quantity ����������������������� 4 weeks after FAT Approval 0002�� Support Cushion FAT Quantity ���������������������������� 2 weeks after award 1002�� Support Cushion Production Quantity ���������������� 4 weeks after FAT Approval 0003�� Bottom Cushion FAT Quantity� ���������������������������� 2 weeks after award 1003�� Bottom Cushion Production Quantity ����������������� 4 weeks after FAT Approval Delivery shall be FOB Destination to: Crane Army Ammunition Activity Building 148, 300 Highway 361 Crane, Indiana 47522-5001 Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); Mon - Thurs; appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. The Contract Number, and Delivery Order/Track Order number (if applicable) shall be annotated on the packaging slip/bill of lading. QUOTE SUBMISSION REQUIREMENTS When responding to this solicitation, Attachment 05 shall be submitted which includes the following: 1. Per-Unit and Total Price. Price shall be limited to 2 decimal places. 2. Each yellow cell shall be filled out with appropriate information or pricing. 3. Company Name/Address/CAGE Code/ Unique Entity Identification 4. Point of Contact (Name/Title/Phone Number/ Email Address) � ����� BASIS FOR AWARD The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. The Government reserves the right to require the submission of any data (i.e. Data other Than Certified Cost or Pricing Data) necessary to validate the reasonableness of an offer. LISTING OF ATTACHMENTS Attachment 01- Drawing SA3976AS192 Top Cushions Attachment 02- Drawing 3763AS202 Support Cushions Attachment 03� Drawing 3763AS201 Bottom Cushions Attachment 04� Drawing 7516394 Raw Materials Attachment 05 � Pricing Sheet Attachment 06 � CertMatTestRep Top Cushions Attachment 07- CertMatTestRep Support Cushions Attachment 08- CertMatTestRep Bottom Cushions Attachment 09 � Technical Data Package Information Attachment 10- 76B Packing Memo DEADLINE FOR SUBMISSION Offers are due June 18, 2022 no later than 12:30 p.m. Central Time. Offers shall be submitted electronically via email to the Contract Specialist andrea.garcia63.civ@army.mil� and Contracting Officer cindy.k.wagoner.civ@army.mil�� Offerors should include �Response to W52P1J-22-TSBC [Insert Offeror�s Name]� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer as shown above. **Note:� Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. SOLICITATION CLAUSES AND PROVISIONS The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquistion.gov): FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-17, Ownership or Control of Offeror (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-20, Predecessor of Offeror (Aug 2020) FAR 52.204-22, Alternative Line Item Proposal (Jan 2017) FAR 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services�Representation (Oct 2020) FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (Nov 2021) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) FAR 52.219-28, Post Award Small Business Program Representation (Sep 2021) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022) 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 (Apr 1984) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-50, Combating Trafficking in Persons (Nov 2021) FAR 52.223-18, Contractor Policies to Ban Text Messaging while Driving (Jun 2020) FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (Dec 2016) FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2021) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (Feb 2021) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.247-34, FOB Destination (Nov 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2022) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate Basic (Nov 2014) DFARS 252.225-7001, Buy American and Balance of Payments Program�Basic (Mar 2022) DFARS 252.225-7012, Preference for Certain Domestic Commodities (Mar 2022) 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 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jan 2021) DFARS 252.247-7023, Transportation of Supplies by Sea�Basic (Feb 2019) The following provision is provided in full text DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-O00005)(FEB 2020) (a)� Definitions.� As used in this provision-- ""Agency or instrumentality of the government of Venezuela"" means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to ""a foreign state"" deemed to be a reference to ""Venezuela.""����������� ""Business operations"" means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. ""Government of Venezuela"" means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela.� ""Person"" means--� � � � � (1)� A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; � (2)� Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and � (3)� Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition.� (b)� Prohibition.� In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c)� Representation.� By submission of its offer, the Offeror represents that the Offeror--����������������������� � (1)� Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or � (2)� Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (End of provision) 52.219-6 Notice of Total Small Business Set-Aside (MAR 2020) (DEVIATION 2020-O0008) Definition. �Small business concern,� as used in this clause, 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 size standards in this solicitation. Applicability. This clause applies only to� Contracts that have been totally set aside for small business concerns; and Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). General. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. Any award resulting from this solicitation will be made to a small business concern. Agreement. For a contract or an order at or below the simplified acquisition threshold, a small business concern may provide the end item of any firm. For a contract or an order exceeding the simplified acquisition threshold, a small business concern that provides an end item it did not manufacture, process, or produce, shall� Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. For contracts or orders for multiple end items, at least 50 percent of the total value of the contract or order shall be manufactured, processed, or produced in the United States or its outlying areas by small business concerns. Paragraphs (d)(1) through (2) of this clause do not apply to construction or service contracts. The following clause are provided in full text FAR 52.209-4, First Article Approval-Government Testing First Article Approval -- Government Testing (Sep 1989) �(a) The Contractor shall deliver 5 unit(s) of CLIN 0001� within 45 days from the date of this contract to the Government at Crane Army Ammunition Activity, Building 48, 300 Highway 361, Crane IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 20 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor -- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor�s expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. The following provision is provided in full text 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillances Services or Equipment (Nov 2021) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services.� (d) Representations. The Offeror represents that� (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(2) of this provision. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1082ce1370744c1f9c28f2bba19be9dc/view)
- Record
- SN06331409-F 20220520/220518230101 (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 |