Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2022 SAM #7558
SOLICITATION NOTICE

93 -- MJU 76/B Grain and Nozzle

Notice Date
8/8/2022 9:29:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-22-Q-PLUG
 
Response Due
9/8/2022 10:30:00 AM
 
Archive Date
09/23/2022
 
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 products�or�commercial services�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; proposals are being requested and a written�solicitation�will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W52P1J-22-Q-PLUG. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The NAICS code for this procurement is 325211; the small business size standard is 1,250 employees. The Product Service Code is 9330. Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation.� The website for SAM is https://www.sam.gov/. Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT CLIN 0001:� MJU 76B Grain Plug Mold; Quantity 1 In accordance with Attachment 01 Drawing DEV21026 R0 Grain Plug. Raw material in accordance with Attachment 02 Drawing 3928AS143 Peek Polymer. ***See PACKAGING AND MARKING REQUIREMENTS for more details CLIN 0002: FAT MJU 76B Grain Plug; Quantity 1 (10 parts per cavity in mold) In accordance with Attachment 01 Drawing DEV21026 R0 Grain Plug. Raw material in accordance with Attachment 02 Drawing 3928AS143 Peek Polymer. CLIN 0003: Production MJU 76B Grain Plug; Quantity 57,500 In accordance with Attachment 01 Drawing DEV21026 R0 Grain Plug. Raw material in accordance with Attachment 02 Drawing 3928AS143 Peek Polymer. CLIN 0004: MJU 76B Nozzle Mold; Quantity 1 In accordance with Attachment 03 Drawing DEV20031 R5 Nozzle. Raw material in accordance with Attachment 04 Drawing 201825345 Peek Polymer. ***See PACKAGING AND MARKING REQUIREMENTS for more details CLIN 0005: FAT MJU 76B Nozzle; Quantity 1 (10 per cavity mold) In accordance with Attachment 03 Drawing DEV20031 R5 Nozzle. Raw material in accordance with Attachment 04 Drawing 201825345 Peek Polymer. CLIN 0006: Production MJU 76B Nozzle; Quantity 132,000 In accordance with Attachment 03 Drawing DEV20031 R5 Nozzle. Raw material in accordance with Attachment 04 Drawing 201825345 Peek Polymer. CLIN 0007:� AT OPSEC - See section�AT OPSEC Security below JCP ACCESS OF RESTRICTED DRAWINGS DRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 07) 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. TYPE OF ACQUISITION AND CONTRACT. This acquisition is issued as 100% Small Business Set-Aside. Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures or Low Price, resulting in a single award Firm Fixed Price Contract. DELIVERY AND LOCATION CLIN�������������� Description��������������� ����������������������� ����������� Suggested Delivery Date 0001�������������� MJU 76B Grain Plug Mold� � � � � � � � � � � � � � 16 weeks after award date 0002�������������� FAT MJU 76B Grain Plug� � � � � � � � � � � � � � � 16 weeks after award date 0003�������������� Production MJU 76B Grain Plug� � � � � � � � �6 weeks after FAT approval 0004�������������� MJU 76B Nozzle Mold� � � � � � � � � � � � � � � � � 16 weeks after award date 0005�������������� FAT MJU 76B Nozzle� � � � � � � � � � � � � � � � � � 16 weeks after award date 0006�������������� Production MJU 76B Nozzle� � � � � � � � � � � � 6 weeks after FAT approval 0007� � � � � � � �AT OPSEC� � � � � � � � � � � � � � � � � � � � � � � � � � � � 30 days after award date� Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 148 300 Highway 361, Crane, IN 47522-5001, in accordance with the following: Crane Army Ammunition Activity Delivery Instructions: Crane Army Ammunition Activity (CAAA) receiving hours are 0700 � 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall 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. QUOTE/PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Pricing Sheet at Attachment 08. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. PACKAGING AND MARKING REQUIREMENTS Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging). Each shipment shall be marked with an identifiable Lot Number.� This Lot Number shall be created in accordance with Attachment 09 Lot Number Instructions.� The Lot Number shall also be included on the Certificate of Analysis as found in Attachment 05 Certificate of Analysis Grain Plug and Attachment 06 Certificate of Analysis Nozzle. *** CLIN 0001 and CLIN 0004 shall be marked as follows: Contractor shall return molds to CAAA upon completion of contract production Contractor shall supply CAAA with the Molds/Insert drawings when they deliver the FAT parts Contractor shall send CAAA the injection mold parameters used to mold acceptable parts, upon FAT approval All plastic used to injection mold parts for CAAA shall be virgin material, no recycled material allowed Molds shall be marked: MJU-76/B GRAIN PLUG DEV21026 R0 or MJU-76/B NOZZLE DEV20031 R5 All Mold markings shall remain legible and shall not wear off during mold use Parts shall be traceable to the mold cavity from which they came AT OPSEC Security:� A. Access and general protection/security policy and procedures.�Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. B. For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 30 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1. C. For contracts that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Total Evaluated Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. Total Evaluated Price is calculated as: CLIN 0001 Price plus CLIN 0002 Price plus�CLIN 0003 Price plus�CLIN 0004 Price plus�CLIN 0005 Price plus�CLIN 0006 Price�= Total Evaluated Price. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. LISTING OF ATTACHMENTS Attachment 01 Drawing DEV21026 R0 Grain Plug Attachment 02 Drawing 3928AS143 Peek Polymer Attachment 03 Drawing DEV20031 R5 Nozzle Attachment 04 Drawing 201825345 Peek Polymer Attachment 05 Certificate of Analysis Grain Plug Attachment 06 Certificate of Analysis Nozzle Attachment 07 - Technical Data Package Information Attachment 08 Price Sheet Attachment 09 Lot Number Instructions DEADLINE FOR SUBMISSION Offers are due on September 08, 2022 no later than 12:30 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, andrea.garcia63.civ@army.mil and Contracting Officer, cindy.k.wagoner.civ@army.mil.�� Offerors shall include �W52P1J-22-Q-PLUG -� Response � [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 **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. End of Addendum 52.212-1 SOLICITATION PROVISIONS The following Federal Acquisition Regulations (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.acquisition.gov): FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-7 - System for Award Management (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 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26- Covered Telecommunications Equipment or Services�Representation (Oct 2020) FAR 52.209-7 - Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-3 -Offeror Representations and Certifications�Commercial Products and Commercial Services - Alternate I (Nov 2021) FAR 52.223-22 - Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (Dec 2016) DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011) 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 252.204-7019 - Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) DFARS 252.225-7000 - Buy American--Balance of Payments Program Certificate�Basic (Nov 2014) DFARS 252.225-7000 - Buy American--Balance of Payments Program Certificate--Alternate I (Nov 2014) DFARS 252.247-7022 - Representation of Extent of Transportation by Sea (Jun 2019) The following provisions are 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) CLAUSES The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov): FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-13 - System for Award Management Maintenance (Oct 2018) FAR 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) FAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.209-4 - First Article Approval- Government Testing (Sep 1989) FAR 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statuses or Executive Orders � Commercial Items (Jan 2022) ��Within 52.212-5 the following clauses apply: � X�� (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) (31 U.S.C. 6101 note). _X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Sept 2021) (15 U.S.C. 657a). ___ (ii) Alternate I (Sep 2021) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Sept 2021) of 52.219-4. ___ (13) [Reserved] _x__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644). ___ (ii) Alternate I (Mar 2020). ___ (iii) Alternate II (Nov 2020). __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). ___ (ii) Alternate I (Mar 2020) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. �� X� �(16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2021) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2020) of 52.219-9. ___ (v) Alternate IV (Nov 2021) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Sept 2021) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Sept 2021) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sept 2021) (15 U.S.C. 657f). _x_ (22) 52.219-28, Post Award Small Business Program Representation (Sept 2021) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Sept 2021) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Sept 2021) (15 U.S.C. 637(m)). _x_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2022) (E.O. 13126). _x_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). _x_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x_ (33) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Nov 2021). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). _ _ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (i) 52.223-13, Acquisition of EPEAT� -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (41) (i) 52.223-14, Acquisition of EPEAT� -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT� -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _x_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). _x__ (47) 52.225-1, Buy American--Supplies (Nov 2021) (41 U.S.C. chapter 83). _x_ (48) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2021) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). _x_ (ii) Alternate I (Jan 2021) of 52.225-3. ___ (iii) Alternate II (Jan 2020) of 52.225-3. ___ (iv) Alternate III (Jan 2021) of 52.225-3. ___ (49) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __x_ (50) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Nov 2021) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (55) 52.232-30, Installment Payments for Commercial Items (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _x_ (56) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018) (31 U.S.C. 3332). ___ (57) 52.232-34, Payment by Electronic Funds Transfer�Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).� ___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.233-3 - Protest after Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.245-1 - Government Property (Sep 2021) FAR 52.245-9 - Use and Charges (Apr 2012)� 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 252.204-7003 - Control of Government Personnel Work Product (Nov 2011) DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7018- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.211-7007- Reporting of Government-Furnished Property (Aug 2012) DFARS 252.223-7008- Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001 - Buy American and Balance of Payments Program�Basic (Mar 2022) DFARS 252.225-7001- Buy American and Balance of Payments Program--Alternate I (Mar 2022) DFARS 252.225-7006 - Acquisition of the American Flag (Aug 2015) DFARS 252.225-7012 - Preference for Certain Domestic Commodities (Mar 2022) DFARS 252.225-7048 - Export-Controlled Items (Jun 2013) DFARS 252.226-7001- Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Apr 2019) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions (Dec 2018) DFARS 252.232-7010 � Levies on Contract Payments (Dec 2006) DFARS 252.232-7017 � Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration (Apr 2020)� DFARS 252.243-7002 � Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000 � Subcontracts for Commercial Items (Jan 2021) DFARS 252.245-7001 - Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012) DFARS 252.245-7002 - Reporting Loss of Government Property (Jan 2021) DFARS 252.245-7003 - Contractor Property Management System Administration (Apr 2012) DFARS 252.245-7004 - Reporting, Reutilization, and Disposal (Dec 2017) DFARS 252.247-7023 � Transportation of Supplies by Sea- Basic (Feb 2019) Addendum FAR 52.212-4 FAR 52.247-34 � F.O.B. Destination (Nov 1991) End of Addendum FAR 52.212-4
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0593da0ba4f4efba041d0a6b9b83cb8/view)
 
Record
SN06418481-F 20220810/220808230119 (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.