Federal Bid

Last Updated on 15 Aug 2020 at 11 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Firemain Pump

Solicitation ID N3220520Q4183
Posted Date 15 Aug 2020 at 11 AM
Archive Date 02 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Msc Norfolk
Agency Department Of Defense
Location Norfolk Virginia United states 23511

MILITARY SEALIFT COMMAND
N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE

Military Sealift Command Combined Synopsis and Solicitation Notice Information

1.    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; quotations are being requested and a written solicitation will not be issued.

2.    Solicitation number is N32205-20-Q-4183 and is being issued as a Request for Quotes (RFQ). 

3.    The solicitation document and incorporated provisions and clauses are those in effect through:
a.    Federal Acquisition Circular (FAC) 2020-06, effective 06/05/2020 located on https://www.acquisition.gov/browse/index/far 
b.    DFARS Publication Notice 20200605, effective 06/05/2020 located at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/

4.    The associated NAICS code is 333914 and the associated PSC/FSC code is 2090 for this procurement: NOTE:     A Class Waiver is not applicable to a procurement unless the NAICS code, PSC/FSC, and NAICS Code     Descriptor currently in effect, match the item(s) being procured.

1 is not being set-aside for small businesses.
    
0 is being set-aside for.  The small business size standard is

5.    The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options:


CLIN    DESCRIPTION    P/N    QTY    UNIT OF MEASURE    UNIT PRICE    EX-PRICE    LEAD TIME
1    CAP, 1-1/2", NPS, SOCKET WELD    640154.300    2    Each    $    $    
2    ELBOW, 90 DEG, 2-1/2" NPS, BTWLD ION - WALKWAY    601101.450    2    Each    $    $    
3    FLANGE, NAVY, 6" NPS, 250 LB, SLIP-ON    689200.700    2    Each    $    $    
4    OUTLET, 4" X 2-1/2 NPS, BTWLD    695203.450    1    Each    $    $    
5    ELBOW, 90 DEG, 6" NPS, BTWLD    601101.700    15    Each    $    $    
6    TEE, LONG SWEEP, 6" NPS, BTWLD    601130.700    1    Each    $    $    
7    OUTLET, 14" X 6" NPS    695203.700    1    Each    $    $    
8    FLANGE, NAVY, 4" NPS, 250 LB, SLIP-ON    689200.600    1    Each    $    $    
9    REDUCER, 6" X 3" NPS, BTLWD    601150.696    1    Each    $    $    
10    FLANGE, NAVY, 3" NPS, 250 LB, SLIP-ON    689240.500    1    Each    $    $    
11    OUTLET, 12" X 6" NPS, BTWLD    695203.700    1    Each    $    $    
12    ELBOW, 90 DEG, 3-1/2" NPS, BTWLD    601101.550    4    Each    $    $    
13    FLANGE, 6" NPS, 150 LB, SLIP-ON    689100.700    10    Each    $    $    
14    FLANGE, 4" NPS, 150 LB, SLIP-ON    689100.600    6    Each    $    $    
15    OUTLET, 6" X 3-1/2 NPS, BTWLD    695203.550    1    Each    $    $    
16    OUTLET, 3-1/2 X 2-1/2 NPS, BTWLD    695203.450    1    Each    $    $    
17    OUTLET, 10" X 6" NPS, BTLWD    695230.700    1    Each    $    $    
18    ELBOW, 45 DEG, 6" NPS, BTWLD    601104.700    4    Each    $    $    
19    ELBOW, 45 DEG, 3-1/2 NPS BTWLD    601104.550    2    Each    $    $    
20    FLANGE, 3-1/2 NPS, 150LB, SLIP-ON    689140.550    2    Each    $    $    
21    PIPE, 6" NPS, CL 200, SMLS    710200.700    85    FT    $    $    
22    PIPE, 4" NPS, CL 200, SMLS    710200.600    5    FT    $    $    
23    PIPE, 3" NPS, CL 200, SMLS    710200.500    1    FT    $    $    
24    PIPE, 3-1/2" NPS, CL 200, SMLS    710200.550    45    FT    $    $    
25    PIPE, 2-1/2" NPS, CL 200, SMLS    710200.450    10    FT    $    $    
                            
*SHIPPING COSTS WILL BE INCLUDED IN EACH INDIVIDUAL LINE ITEM*

6.     It is anticipated one firm-fixed price purchase order will be issued in response to this RFQ.  No commercial     financing.  Military Sealift Command intends to award a brand name firm fixed price contract for the     procurement of Trycon Container in support of the USNS ZEUS (T-ARC 7).

7.     The required delivery is FOB Destination and acceptance date is September 01, 2020.  Delivery and acceptance     will occur at:

        N32205 MSC W143 WAREHOUSE        
        1968 GILBERT STREET DWY 10
        NORFOLK VA, 23511

8.     The provision at FAR 52.212-1, Instructions to Offerors – Commercial (Deviation 2018-O0018) applies to this             acquisition and is incorporated by reference. The provision is amended as follows:

    52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS

    a.     Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
 
    b.     After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

    c.     The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively.  Further, the term “award” shall be understood to describe the Government’s issuance of an order.

    d.     The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1.  Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable.

    e.     Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

    In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
    Responsible sources shall provide the following:
1.    Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price
2.    Total Firm Fixed price
3.    Any Discount Terms
4.    Estimated time of delivery
5.    Technical Submission Requirements
a.    For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.
b.    For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW).
6.    Indicate principal place of performance and country of product origin.
7.    Responses to the solicitation are due 11AM Eastern 08/18/2020.   Quotes may be e-mailed to Samuel Queen at [email protected].  To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Quotes received after that time will be considered at the Government’s sole discretion.   Please reference the solicitation number on your quote.
    Primary Point of Contact: Samuel Queen at [email protected].
    Secondary Point of Contact:  

9.    Provision 52.212-2 Evaluation—Commercial Items applies to this acquisition.  
Award will be made in accordance with FAR Subpart 13.5 to a responsible quoter who provides a technically acceptable solution at a fair market price and who has acceptable past performance.

 (a) The Government may issue a purchase order resulting from this solicitation to the responsible qutoer whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quote:

     (i) technical capability of the item quoted to meet the Government requirement;

    (ii) price;

    (iii) past performance, if applicable (see FAR 15.304); justification is required if this is not assessed when the value of the procurement is over the limits set in FAR 15.304(c)(3)(i) and any applicable deviations.

Award shall be made to the lowest priced technically acceptable quoter.
To be considered a technically acceptable solution for a parts procurement, the quoted parts shall meet the solicitation requirements including required parts, delivery dates, and terms and conditions stated in the solicitation.  To be considered a technically acceptable solution for a service, the quoted service shall meet the solicitation requirements including terms and conditions stated in the solicitation.  The quote shall state that all aspects of the technical requirement, including required delivery date and part numbers, can be met.  

If utilized, a past performance evaluation will be conducted in accordance with FAR 13.106-2(b)(3)(ii)(C).  The Government intends to utilize the Contract Performance Assessment Reporting System (CPARS) for past performance evaluations as a basis for anticipating successful/unsuccessful performance on this required effort.  To be considered acceptable for past performance, a search of the CPARS must reveal no negative past performance information for the recent and relevant records.  In the event there are no recent and/or relevant CPARS records, the quoter may submit information on recent and relevant subcontracts and/or commercial contracts. If no recent and relevant contracts are available in CPARS or submitted by the quoter, the quoter’s past performance record shall be considered “unknown.”  In the context of acceptable or unacceptable, “unknown” past performance shall be considered “acceptable.”  To be considered recent, the effort must either still be in progress or have been completed within the previous three (3) years from date of this draft award notice.  To be considered relevant the record should be similar in terms of complexity, scope, and magnitude.  “Scope” is defined as experience in areas defined in the SOW. “Magnitude” is defined as the measure of similarity of the volume, dollar value, and/or duration of work actually performed under the quoter’s submitted contracts to the SOW. At the quoter’s discretion, additional past performance information may be submitted with the quote as a supplement to CPARS.  If furnished, this submission will be evaluated in accordance with the procedures described above.  

The Government will evaluate quoted pricing for reasonableness utilizing techniques described in FAR 13.106-3.  
(b) Options.  The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement.  The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced.  Evaluation of options shall not obligate the Government to exercise the option(s).
(c) To consummate a binding contract between the parties, the successful quoter shall accept the purchase order in writing (see FAR 2.101).  
(End of Provision)
10.    Provision FAR 52.212-3, Offeror Representations and Certifications – Commercial Items applies to this acquisition.  Complete and return with quote if required
52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jun 2020)
 
11.    Clause 52.212-4 Contract Terms and Conditions – Commercial items, applies to this acquisition.

Quotes submitted in response to this solicitation shall not contain nor be subject to the vendor’s standard commercial terms and conditions.  Any quote submitted in response to this solicitation, which includes the vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation.


12.     Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jun 2020), applies to this acquisition along with the following FAR Clauses cited in the clause are applicable. 

      (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
           (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
           (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
           (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).
           (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
           (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
           (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805note)).
      (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
     [Contracting Officer check as appropriate.]
            __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 
            __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (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.)
            __ (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. (Jun 2020) (31 U.S.C. 6101note). 
            __ (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 (Mar 2020) (15 U.S.C.657a).
                  __ (ii) Alternate I (Mar 2020) of 52.219-3.
            __ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
                  __ (ii) Alternate I (Mar 2020) of 52.219-4.
            __ (13) [Reserved]
            __ (19) 52.219-14, Limitations on Subcontracting (Mar 2020) (15 U.S.C.637(a)(14)).
            __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
            __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) (15 U.S.C. 657f).
            __ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 632(a)(2)).
                (ii) Alternate I (MAR 2020) of 52.219-28
            __ (26) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)).
            __ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).
            __ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126).
            __ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
            __ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).
                  __ (ii) Alternate I (Feb 1999) of 52.222-26.
            __ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). 
                  __ (ii) Alternate I (Jul 2014) of 52.222-35.
            __ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793). 
                  __ (ii) Alternate I (Jul 2014) of 52.222-36.
            __ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). 
            __ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
            __ (35) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
                  __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter78 and E.O. 13627).
            __ (36) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 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.)
            __ (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 Televisions (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 (Dec 2007) (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.
            __ (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. 13693).
            __ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).
                  __ (ii) Alternate I (Jan 2017) of 52.224-3.
            __ (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
            __ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (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.
                  __ (ii) Alternate I (May 2014) of 52.225-3.
                  __ (iii) Alternate II (May 2014) of 52.225-3.
                  __ (iv) Alternate III (May 2014) of 52.225-3.
            __ (50) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
            __ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
            __ (52) 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).
            __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
            __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
            __ (55) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020). 
            __ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).
            __ (57) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).
            __ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
            __ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).
            __ (60) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).
            __ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
            __ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).
            __ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
                  __ (ii) Alternate I (Apr 2003) of 52.247-64.
                  __ (iii) Alternate II (Feb 2006) of 52.247-64.
      (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
     [Contracting Officer check as appropriate.]
            __ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
            __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
            __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
            __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
            __ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
            __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
            __ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
            __ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
            __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). 
      (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
           (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.
           (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart  4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
           (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
      (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
                (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509). 
                (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
                (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
                (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).
                (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C.637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
                (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
                (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).
                (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C.4212). 
                (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793). 
                (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C.4212). 
                (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
                (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
                (xiii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627).
                     (B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78 and E.O 13627).
                (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
                (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
                (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
                (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
                (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
                (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
                     (B) Alternate I (Jan 2017) of 52.224-3.
                (xx) 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).
                (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
                (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
           (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)

13.  The following additional information is applicable to this acquisition: 

Number    Title
52.204-7    System for Award Management
52.204-13    System for Award Management Maintenance
52.204-16    Commercial and Government Entity Code Reporting
52.204-18    Commercial and Government Entity Code Maintenance
52.204-21    Basic Safeguarding of Covered Contractor Information Systems
52.204-24    Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)
The Offeror shall not complete the representation in 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.
      (a)  Definitions. As used in this provision—
      “Covered telecommunications equipment or services”, “critical technology”, and “substantial or essential component” have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
      (b)  Prohibition. 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. Contractors are not prohibited from providing—
           (1)  A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
           (2)  Telecommunications equipment that cannot route or redirect user data traffic or 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)  Representation. The Offeror represents that 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. 
      (e)  Disclosures. If the Offeror has represented in paragraph (d) of this provision that it “will” provide covered telecommunications equipment or services”, the Offeror shall provide the following information as part of the offer— 
           (1)  A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
           (2)  Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;
           (3)  For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and
           (4)  For equipment, 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).
(End of provision)
52.209-7    Information Regarding Responsibility Matters (Oct 2018)
(a) Definitions. As used in this provision—
“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
“Federal contracts and grants with total value greater than $10,000,000” means—
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror □ has □ does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in–
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed viahttps://www.sam.gov (see 52.204-7).
(End of provision)
52.217-6    Option for Increased Quantity (Mar 1989)  
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause)
52.217-8    Option to Extend Services (Nov 1999) 
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within ______ [insert the period of time within which the Contracting Officer may exercise the option].
(End of Clause)
52.217-9    Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ___ days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___________ (months)(years).
(End of Clause)
52.222-56    Certification Regarding Trafficking in Persons Compliance Plan


    
52.229-11    Tax on Certain Foreign Procurements—Notice and Representation (Jun 2020)
      (a) Definitions. As used in this provision—
      Foreign person means any person other than a United States person.
      Specified Federal procurement payment means any payment made pursuant to a contract with a foreign contracting party that is for goods, manufactured or produced, or services provided in a foreign country that is not a party to an international procurement agreement with the United States. For purposes of the prior sentence, a foreign country does not include an outlying area.
      United States person as defined in 26 U.S.C. 7701(a)(30) means
           (1)A citizen or resident of the United States;
           (2)A domestic partnership;
           (3)A domestic corporation;
           (4)Any estate (other than a foreign estate, within the meaning of 26 U.S.C. 701(a)(31)); and
           (5)Any trust if–
                (i)A court within the United States is able to exercise primary supervision over the administration of the trust; and
                (ii)One or more United States persons have the authority to control all substantial decisions of the trust.
      (b)Unless exempted, there is a 2 percent tax of the amount of a specified Federal procurement payment on any foreign person receiving such payment. See 26 U.S.C. 5000C and its implementing regulations at 26 CFR 1.5000C-1 through 1.5000C-7.
      (c)Exemptions from withholding under this provision are described at 26 CFR 1.5000C-1(d)(5) through (7). The Offeror would claim an exemption from the withholding by using the Department of the Treasury Internal Revenue Service Form W-14, Certificate of Foreign Contracting Party Receiving Federal Procurement Payments, available via the internet at www.irs.gov/w14. Any exemption claimed and self-certified on the IRS Form W-14 is subject to audit by the IRS. Any disputes regarding the imposition and collection of the 26 U.S.C. 5000C tax are adjudicated by the IRS as the 26 U.S.C. 5000C tax is a tax matter, not a contract issue. The IRS Form W-14 is provided to the acquiring agency rather than to the IRS.
      (d)For purposes of withholding under 26 U.S.C. 5000C, the Offeror represents that
           (1)It [_] is [_] is not a foreign person; and
           (2)If the Offeror indicates “is” in paragraph (d)(1) of this provision, then the Offeror represents that—I am claiming on the IRS Form W-14 [__] a full exemption, or [__] partial or no exemption [Offeror shall select one] from the excise tax.
      (e)If the Offeror represents it is a foreign person in paragraph (d)(1) of this provision, then—
           (1)The clause at FAR 52.229-12, Tax on Certain Foreign Procurements, will be included in any resulting contract; and
           (2)The Offeror shall submit with its offer the IRS Form W-14. If the IRS Form W-14 is not submitted with the offer, exemptions will not be applied to any resulting contract and the Government will withhold a full 2 percent of each payment.
      (f)If the Offeror selects “is” in paragraph (d)(1) and “partial or no exemption” in paragraph (d)(2) of this provision, the Offeror will be subject to withholding in accordance with the clause at FAR 52.229-12, Tax on Certain Foreign Procurements, in any resulting contract.
      (g)A taxpayer may, for a fee, seek advice from the Internal Revenue Service (IRS) as to the proper tax treatment of a transaction. This is called a private letter ruling. Also, the IRS may publish a revenue ruling, which is an official interpretation by the IRS of the Internal Revenue Code, related statutes, tax treaties, and regulations. A revenue ruling is the conclusion of the IRS on how the law is applied to a specific set of facts. For questions relating to the interpretation of the IRS regulations go to https://www.irs.gov/help/tax-law-questions.
(End of provision)

52.232-40    Providing Accelerated Payments to Small Business Subcontractors
52.245-1    Government Property
52.245-9    Use and Charges
252.203-7000    Requirements Relating to Compensation of Former DOD Officials
252.203-7003    Agency Office of The Inspector General
252.203-7005    Representation Relating to Compensation of Former DOD Officials
252.204-7008    Compliance with Safeguarding Covered Defense Information Controls
252.204-7009    Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support
252.204-7017    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019)
The Offeror is not required to complete the representation in this provision if the Offeror has represented in the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation, that it “does not provide covered defense 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.”
      (a)  Definitions. “Covered defense telecommunications equipment or services,” “covered mission,” “critical technology,” and “substantial or essential component,” as used in this provision, have the meanings given in the 252.204-7018 clause, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, of this solicitation.
      (b)  Prohibition. Section 1656 of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits agencies from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service to carry out covered missions that uses covered defense telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.
      (c)  Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) at https://www.sam.gov for entities that are excluded when providing any equipment, system, or service to carry out covered missions that uses covered defense telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless a waiver is granted.
      (d)  Representation. If in its annual representations and certifications in SAM the Offeror has represented in paragraph (c) of the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation, that it “does” provide covered defense 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, then the Offeror shall complete the following additional representation: 
The Offeror represents that it [ ] will [ ] will not provide covered defense telecommunications equipment or services as a part of its offered products or services to DoD in the performance of any award resulting from this solicitation. 
      (e)  Disclosures. If the Offeror has represented in paragraph (d) of this provision that it “will provide covered defense telecommunications equipment or services,” the Offeror shall provide the following information as part of the offer: 
              (1)  A description of all covered defense telecommunications equipment and services offered (include brand or manufacturer; product, such as model number, original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable). 
              (2)  An explanation of the proposed use of covered defense telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition referenced in paragraph (b) of this provision. 
              (3)  For services, the entity providing the covered defense telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known). 
              (4)  For equipment, the entity that produced or provided the covered defense telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). 
(End of provision)
252.204-7018    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.205-7000    Provision of Information to Cooperative Agreement Holders

252.211-7003    Item Identification and Validation
252.211-7006    Passive Radio Frequency Identification
252.211-7007    Reporting of Government-Furnished Property 
252.211-7008    Use of Government-Assigned Serial Numbers
252.213-7000    Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.
252.215-7007    Notice of Intent to Resolicit
252.215-7008    Only One Offer
252.219-7000    Advancing Small Business Growth
252.219-7003    Small Business Subcontracting Plan (DoD Contracts) Basic (DEVIATION 2018-O0007)
252.219-7003 Alt I    Small Business Subcontracting Plan (DOD Contracts) ALTERNATE I (DEVIATION 2018-O0007)
252.219-7004    Small Business Subcontracting Plan (Test Program)
252.223-7008    Prohibition of Hexavalent Chromium
252.225-7001    Buy American and Balance of Payments Program
252.225-7008    Restriction on Acquisition of Specialty Metals
252.225-7009    Restriction on Acquisition of Certain Articles Containing Specialty Metals
252.225-7010    Commercial Derivative Military Articles—Specialty Metals Compliance Certificate
252.225-7012    Preference for Certain Domestic Commodities
252.225-7015    Restriction on Acquisition of Hand or Measuring Tools
252.225-7016    Restriction on Acquisition of Ball and Roller Bearings
252.225-7017    Photovoltaic Devices
252.225-7018    Photovoltaic Devices—Certificate
252.225-7021    Trade Agreements
252.225-7036     Buy American—Free Trade Agreements—Balance of Payment Program 
252.225-7036 ALT I    Buy American—Free Trade Agreements—Balance of Payment Program Alternate I
252.225-7036 ALT IV    Buy American—Free Trade Agreements—Balance of Payment Program Alternate IV
252.225-7038    Restriction on Acquisition of Air Circuit Breakers
252.225-7040    Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States
252.225-7052    Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (Deviation 2020-O0006)
252.225-7974    Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-O0005)
252.225-7976    Contractor Personnel Performing in Japan (Deviation 2018-O0019)
252.225-7977    Acquisition Restricted to Products or services from the African Host Nation – Djibouti (Deviation 2017-O0009)
252.225-7980    Contractor Personnel Performing in the United states Africa Command Area of Responsibility (Deviation 2016-O0008)
252.225-7985    Preference for Products or Services from the African Host Nation – Djibouti (Deviation 2017-O0009)
252.225-7986    Requirement for Products or Services from the African Host Nation-Djibouti (Deviation 2017-O0009)
252.225-7987    Requirements for Contractor Personnel Performing in USSOUTHCOM Area of Responsibility (Deviation 2014-O0016)
252.225-7993    Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016)
252.225-7994    Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations (Deviation 2015-O0013)
252.225-7995    Contractor Personnel Performing in the United States Central Command Area of Responsibility (Deviation 2017 O0004)
252.226-7001    Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.227-7013    Rights in Technical Data—Noncommercial Items
252.227-7015    Technical Data—Commercial Items
252.227-7037    Validation of Restrictive Markings on Technical Data
252.232-7003    Electronic Submission of Payment Requests and Receiving Reports
252.232-7006    Wide Area Work Flow Payment Instructions
252.232-7010    Levies on Contract Payments
252.232-7017    Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration
252.237-7010    Prohibition on Interrogation of Detainees by Contractor Personnel
252.239-7010    Cloud Computing Services
252.243-7002    Requests for Equitable Adjustment
252.244-7000    Subcontracts for Commercial Items
252.245-7001    Tagging, Labeling, and Marking of Government Furnished Property
252.245-7002    Reporting Loss of Government Property (DEVIATION 2020-O0004)
252.245-7003    Contractor Property Management System Administration 
252.245-7004    Reporting, Reutilization, and Disposal
252.246-7003    Notification of Potential Safety Issues
252.246-7008    Sources of Electronic Parts
252.247-7023    Transportation of Supplies by Sea 
252.247-7023 Alt I    Transportation of Supplies by Sea Alternate I
252.247-7023 Alt II    Transportation of Supplies by Sea Alternate II


MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS

The information contained in this instruction is supplemental to DFARS 252.232-7006.

The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only.  Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports.  Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.

When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006.   Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, “Leave Blank.”  

In some situations the WAWF system will pre-populate the “Pay DoDAAC,” “Admin By DoDAAC” and “Issue By DoDAAC.” The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006.  If these DoDAACs do not match, then the Contractor shall correct the field(s). 

If Receiving Reports are required, ensure that the “Inspection” and “Acceptance” defaults of “destination” for both fields are not changed in the WAWF online interface.

The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00).  The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document.  The Contractor shall bill to the lowest level, e.g., the SubCLIN level.  The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing.

Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the “Send More Email Notifications” link that appears on the page.  The Contractor shall click on this link and add the Technical Point of Contact’s (TPOC) or Contracting Officer’s Representative’s (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks.  This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system.  
(End of instructions)

CAUTION - BRAND NAME ONLY

By accepting this purchase order, the Vendor expressly understands and acknowledges that this purchase order is only for the brand name items and parts identified in this purchase order and that the brand name items and parts constitute a material term of this purchase order.  The Vendor shall not tender for delivery any substitute and/or alleged equal item or part.  The Vendor is hereby warned that any substitute and/or alleged equal item or part tendered for delivery will be rejected by the Government as a non-conforming item and will provide a basis to cancel the purchase order or terminate the purchase order for cause.   The Vendor shall be responsible for all costs, such as but not limited to shipping, delivery, repackaging, etc., and arrangements for the return of any non-conforming item.
(End of instructions)

WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS

In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM).  WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats.  Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board.  All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors.  Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible.  All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp.  Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.
(End of instructions)

MSC DELIVERY INSTRUCTIONS – NORFOLK

Contractor shall clearly mark each package for shipment with the following information:
Mark for: {T-EPF SHORE BASED SPARES}
REQN NR: {N297907167SB92}
 (End of instructions)

DUTY-FREE ENTRY

In accordance with DFARS 252.225-7013, this material requires duty free entry into the US. Contractor is to initiate the entitlement request via Defense Contract Management Agency's (DCMA) Duty Free Entitlement (DFE) 1.5 website: http://ww w.dcma.mil/aboutetools.cfm.  If you require assistance, please contact the DCMA helpdesk at 1-888-576-DCMA (3262).  This purchase order will not be modified to reimburse the contractor for any customs fees incurred for failure to request duty free entry via this program.
(End of instructions)

WAGE DETERMINATION

The following wage determination, in accordance with the Service Contract Act of 1965, as amended, is hereby incorporated by reference into the contract and compliance with the same is mandatory: WD XX-XXXX (Rev. – XX) dtd XX/XX/XXXX.
(End of instructions)

MSC NRFK MANPOWER

The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Military Sealift Command via a secure data collection site.  Contracted services excluded from reporting are based on Product Service Codes (PSCs).  The excluded PSCs are:
(1) W, Lease/Rental of Equipment; 
(2) X, Lease/Rental of Facilities; 
(3) Y, Construction of Structures and Facilities; 
(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY;
(5) S, Utilities ONLY; 
(6) V, Freight and Shipping ONLY.  

   The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil.

   Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.  While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.  Contractors may direct questions to the help desk, linked at https://www.ecmra.mil.
(End of instructions)

SHIP & BASE ACCESS

Base/Repair Facility Access:  Permit is required to access Navy facilities.  Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date.  Submit forms per the document instruction and to the Port Engineer.  

Defense Biometric Identification System (DBIDS) is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico (replaces RapidGate).  Vendor is responsible to acquire DBIDS credentials prior to performance start date.  Delays that may result from inadequate planning are contractor responsibility.  Vendor instructions and program information is available at https://www.cnic.navy.mil/om/dbids.html.  DBIDS credentials require (in succession) (1) Present a letter or official document from the Government sponsoring organization that provides the purpose for your access, (2) Present valid identification, such as a passport or Real ID Act-compliant state driver's license, (3) Present a completed copy of the SECNAV 5512/1 form to obtain your background check, (4) Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments, and (5) After all of this is done, the contractor will be provided with the DBDIS credential.  For vendors with existing Navy Commercial Access Control System (NCACS) cards, see https://www.cnic.navy.mil/om/dbids.html for instructions to obtain DBIDS credentials.  Vendor is responsible to confirm that each employee held DBIDS credentials are active for the specific facility and performance period in accordance with DBIDS.

Additional access permissions may be required in the future. 

Vehicle Access:  Required for vehicle access to Navy facilities.  Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.

Ship Access List (Vendor-Provided):  On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel.  Under no circumstances will a hand-delivered list be accepted.  

EXAMPLE:

T-AKE email address:     MASTER@AKE#.NAVY.MIL 
(example:  [email protected], where “8” is the hull number).
All other hulls address: [email protected]
(example:  [email protected]). 
(End of instructions)


14.     This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.

15.     Quotes may be only hand delivered, mailed, or e-mailed directly to [email protected], the sole designated E-mail address and inbox for receipt of E-mail submissions.  No other electronic means of submission, used in whole or in combination with E-mail, is permitted.  No other method of submission is acceptable.

E-mail quotes shall be in either Adobe or Microsoft Office format.  Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes.  To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. 

Hand delivered and mailed quotes shall be sent to the following location:

            Military Sealift Command
            Attention: Samuel Queen, N104A2
            471 East C Street, Bldg. SP-64 Naval Station Norfolk
            Norfolk, VA 23511-2419
        
Access to the Naval Base and MSC offices is restricted.  Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility.  Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays.  In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission.   

16.     For additional information regarding this solicitation contact Samuel Queen, [email protected].  
 

Bid Protests Not Available

Similar Past Bids

San diego California 03 May 2019 at 12 PM
Norfolk Virginia 30 Sep 2020 at 7 PM
Claiborne Maryland 17 May 2018 at 10 PM
California 25 Jan 2011 at 3 PM
Norfolk Virginia 19 Dec 2016 at 7 PM

Similar Opportunities

Wright patterson air force base Ohio 26 Oct 2028 at 7 PM
Wright patterson air force base Ohio 26 Oct 2028 at 7 PM
Wright patterson air force base Ohio 26 Oct 2028 at 7 PM