CONTACT INFORMATION|4|N723.15|b5p|215-697-9270|
[email protected]| COMMERCIAL ITEM PROCUREMENT NOTICE - AWARD|4||||| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo) Type||Congnizant DFAS|N00383|Cognizant DCMA|Cognizant DCMA|See Schedule|Source||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 Months|60 Days Upon Notice of Defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334511|1350||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| This is a competitive spares requirement for the procurement of the item(s) identified in this solicitation. Interested parties must be a NAVSUP WSS approved source of supply for this item in order to compete for the requirement. Offers must be received before and/or by the closing due date to be considered. The evaluation criteria for this requirement will be based on Lowest Price Technically Acceptable (LPTA). NAVSUP WSS requests that vendors submit firm-fixed price (FFP) quote/proposal. If determined necessary by the Navy, the offeror agrees to provide adequate pricing information upon bidding to assist the Navy in its fair and reasonableprice determination. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related tothe instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail,transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government?s acceptance ofthe contractor?s proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. \