Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOLICITATION NOTICE

35 -- Commercial Washers and Dryers

Notice Date
5/20/2020 12:54:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W7N1 USPFO ACTIVITY TNANG 134 MCGHEE TYSON ANG BASE TN 37777-6227 USA
 
ZIP Code
37777-6227
 
Solicitation Number
W50S98-20-Q-0100
 
Response Due
6/5/2020 11:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Paula K. Sales, Phone: 8653363351
 
E-Mail Address
paula.k.sales.civ@mail.mil
(paula.k.sales.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This solicitation will be using FAR part 12 and 13 procedures.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W50S98-20-Q-0100 is being issued as a Request for Quote. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2020-04 This procurement is set aside for small business.� The NAICS code is 333318 and the small business size standard is 1,000 EMP COMMERCIAL ITEM DESCRIPTION: CLIN 0001 - Commercial Washing Machine Specifications: Cylinder capacity 22.5 lbs, cylinder diameter 22.1�, cylinder depth 16.5�, cylinder volume 3.6 cu ft. Dimensions & weight net weight 191.8 lbs, crated weight 211.6 lbs, machine dimensions 27�Wx29.8�Dx38.7�H, machine depth w/door opening 50.8�, Washing speed 50 rpm, extract(high speed) 1150 rpm, G-force 413, water consumption 13.4 gal, noise level <62dB, program duration 36 minutes, external finish stainless steel drum, top plate porcelain (single), transparent glass window door, color platinum, cabinet painted steel, control panel painted steel, connections 120/60/1 (V/Hz/Ph), main control board 12 amps, filter assembly 15 amps, inlet hose 4.92 ft, drain hose 6.56 ft,, modified energy factor 2.6, water consumption factor 3.7. Continental LG OPL washer item GCWL1069CS5 or equal. 16 EA CLIN 0002 � Commercial Electric Dryer Specifications:� Capacity 22.5 lbs, cylinder diameter 26.1�, cylinder depth 22.46�, cylinder volume 7.1 cu ft, net weight 130lbs, crated weight 143 lbs, machine width 27�, machine depth 30.1�, machine height 38.7�, machine w/door opening 49.8�, electric heating, ventilation dryer, motor .42 kW (120/60Hz), 5,400w heating element 45 minute program duration, air outlet 4� diameter, exhaust airflow 4� diameter. LG OPL Electric dryer (208/240/60/1) item GDL1329CES3 or equal. 16 EA CLIN 0003� - Commercial Stackable Platinum Laundry Washer Specifications: Cylinder capacity 22.5 lbs, cylinder diameter 22.1�, cylinder depth 16.5�, cylinder volume 3.6 cu ft. Dimensions & weight net weight 191.8 lbs, crated weight 211.6 lbs, machine dimensions 27�Wx29.8�Dx38.7�H, machine depth w/door opening 50.8�, Washing speed 50 rpm, extract(high speed) 1150 rpm, G-force 413, water consumption 13.4 gal, noise level <62dB, program duration 36 minutes, external finish stainless steel drum, top plate porcelain (single), transparent glass window door, color platinum, cabinet painted steel, control panel painted steel, connections 120/60/1 (V/Hz/Ph), main control board 12 amps, filter assembly 15 amps, inlet hose 4.92 ft, drain hose 6.56 ft,, modified energy factor 2.6, water consumption factor 3.7. Continental LG OPL stackable washer item GCWL1069CD5 or equal. 27 EA CLIN 0004 - Commercial Stackable Electric Dryer Specifications:� Capacity 22.5 lbs, cylinder diameter 26.1�, cylinder depth 22.46�, cylinder volume 7.1 cu ft, net weight 130lbs, crated weight 143 lbs, machine width 27�, machine depth 30.1�, machine height 38.7�, machine w/door opening 49.8�, electric heating, ventilation dryer, motor .42 kW (120/60Hz), 5,400w heating element 45 minute program duration, air outlet 4� diameter, exhaust airflow 4� diameter. LG OPL stackable electric dryer (208/240/60/1) item GDL1329CEW3 or equal. 27 EA CLIN 0005 � 60 LB Commercial Washer Specifications:� Intelligent (Inteli) control, gravity, top dispenser, external dosing with 12 chemical signals, high temperature inlet 208-240/60/1. Specifications: 60lb capacity, cylinder diameter 30.1�, cylinder depth 20.5�, cylinder volume 8.4 cu ft, net weight 1289 lbs, crated weight 1338 lbs, machine width 38.4�, machine depth 48.2�, machine height 58.1� door opening 16.8�, floor to door 22.9�, logic or intelligent control option, washing speed rpms 42 � 22/27/36/42, spin speed rpms 86/350/550/725/966, 3� drain diameter, 2- �� water inlets, 30-60 psi water pressure, 16 gal/min water flow, 1.88 kW total power. LG Continental item # EH060I1102111500 or equal 2 EA CLIN 0006 � 75 LB Natural Gar Dryer Specifications:� Natural gas: micro: OPL; reversing; 200-240/60/1-3 galvanized with ss back plate: white front film packaging. Specifications: up to 75 lb capacity, cylinder diameter 37�, cylinder depth 36�, cylinder volume 22.4 cu ft, net weight 680 lbs, crated weight 730lbs, machine width 38.5�, machine depth 53�, machine height 77.3�, door opening 27�, floor to door 29.2�, exhaust diameter 8�, exhaust air flow 800 cfm, exhaust back pressure 0.5 WCI, required make up air 195 sq in, electric heating 36 kW, gas connection �� NPT, gas heating 165,000 BTU/h, gas pressure-natural gas 10.5/6.5/5 (max/recommended/min), steam connection �� NPT, steam heating 133,900 BTU/h at 100 psi, BHP consumption 6.1 BHP at 100 psi. 2 EA CLIN 0007 � Installation of new equipment and removal of old equipment CLIN 0008 � Any shipping charges that may apply All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. �N/A Place of Delivery:� Louisville, TN 37777 The following provisions in their latest editions apply to this solicitation: FAR �5212-1, Instructions to Offerors, Commercial Items. The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or�� Executive Orders � Commercial Items (DEVIATION 2013-O0019 The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil:� Clauses Incorporated by Reference 52.203-3, Gratuities 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government � Alternate I 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-22, Alternative Line Item Proposal 52.209-6, Protecting the Government�s Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations� 52.217-4 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6, Brand Name or Equal; 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 52.219-1, Alt I, Small Business Program Representations; 52.219-8, Utilization of Small Business Concerns 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.222-19, Child Labor � Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity 52.222-25, Affirmative Action Compliance; 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure� 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 252.222-7007, Representation Regarding Combating Trafficking in Persons 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7031, Secondary Arab Boycott of Israel� 252.225-7048, Export-Controlled Items; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Clauses Incorporated by Full Text 52.222-35, Equal Opportunity for Veterans (a) Definitions. As used in this clause-- �Active duty wartime or campaign badge veteran,� �Armed Forces service medal veteran,� �disabled veteran,� �protected veteran,� �qualified disabled veteran,� and �recently separated veteran� have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings. (End of Clause) 52.222-36, Affirmative Action for Workers With Disabilities (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of Clause) 52.232-18 -- Availability of Funds Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the� Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from (1) Protest to the independent review authority shall be filed at: Office of Chief Counsel ATTN: NGB Protest Decision Authority 111 South George Mason Dr. Bldg. 2 Arlington, VA 22204-1373 FAX (703) 607-3684 or -3682 OR (2) Protest to the Contracting Officer shall be filed at: 134ARW/MSC ATTN: Paula Sales 123 Briscoe Drive Louisville, TN 37777-6227 FAX (865)336-3351 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest withthe GAO. (End of provision) 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil����� http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of provision) 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil� or http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-3, Alterations in Solicitation Portions of this solicitation are altered as follows: All changes and/or additions are written in bold and underlined text. (End of provision) 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (DFAR) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (DFAR) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 252.211-7003, Item Unique Identification and Valuation (a) Definitions. As used in this clause� �Automatic identification device� means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. �Concatenated unique item identifier� means� (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2)� For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. �Data matrix� means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. �Data qualifier� means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. �DoD recognized unique identification equivalent� means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. �DoD item unique identification� means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. �Enterprise� means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. �Enterprise identifier� means a code that is uniquely assigned to an enterprise by an issuing agency. �Government�s unit acquisition cost� means� (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor�s estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor�s estimated fully burdened unit cost to the Government at the time of delivery. �Issuing agency� means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459. �Issuing agency code� means a code that designates the registration (or controlling) authority for the enterprise identifier. �Item� means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. �Lot or batch number� means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. �Machine-readable� means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. �Original part number� means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. �Parent item� means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. �Serial number within the enterprise identifier� means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. �Serial number within the part, lot, or batch number� means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. �Serialization within the enterprise identifier� means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. �Serialization within the part, lot, or batch number� means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. �Type designation� means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. �Unique item identifier� means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. �Unique item identifier type� means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government�s unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description __________________________________________________________________ (ii) Items for which the Government�s unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description __________________________________________________________________ (If items are identified in the Schedule, insert �See Schedule� in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology � International symbology specification � Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that� (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology � EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology � EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology � Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall� (A) Determine whether to� (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code� (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government�s unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods� (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) 252.232-7006,� Wide Area Workflow Payment Instructions Definitions. As used in this clause� Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated elec...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/694cc12529dc4099b2e5fd2eb4e881cf/view)
 
Place of Performance
Address: Louisville, TN 37777, USA
Zip Code: 37777
Country: USA
 
Record
SN05664347-F 20200522/200520230157 (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.