SOLICITATION NOTICE
51 -- Fatigue Technology Coldwork Tooling
- Notice Date
- 9/11/2020 2:19:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W7NE USPFO ACTIVITY MAANG 104 WESTFIELD MA 01085-1482 USA
- ZIP Code
- 01085-1482
- Solicitation Number
- W50S8120Q0016
- Response Due
- 9/17/2020 11:00:00 AM
- Archive Date
- 10/02/2020
- Point of Contact
- Kyle Kiepke, Phone: 4135721593
- E-Mail Address
-
104.FW.MSC@us.af.mil
(104.FW.MSC@us.af.mil)
- Description
- (i) This is a combined synopsis/solicitation for the purchase of Fatigue Technology kits prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W50S8120Q0016 and this is a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. (iv) This RFQ is unrestricted with the associated NAICS code of 336413. (v) Description of the Requirement: (vi) The 104th Fighter Wing is requesting the brand name purchase of Fatigue Technology cold work equipment in accordance with (IAW) technical data T.O. 1F-15C-3-3 and T.O. 16W39-1-3-2 tooling requirements defined in the ForceMate 2 Panel Repair procedure and parts list of the F-15 Fastener Hole Rework Cold Working process. Attached is the brand name justification memo. Tooling requirements for the cold work panel repair process include all items below assembled into one kit: 1 ea. ELB-10-120V Electric hand puller 1 ea. FMC-L Cap, FMCX 1 ea. LB-CA-6 Assembly, LB Chuck 1 ea. FMTS-3HTPR-1 Kit/SPRKD-A401HTS-1-c Drill, cobalt et, tooling 1 ea. FMTS-3HTTPR-1 Kit/set tooling 1 ea. PRKD-A301HTT-1-C Drill, Cobalt core, cut down 1 ea. PRSR-301HTT-1-C Reamer, Cobalt Starting w/ Tri Flats 1 ea. SF-PR-301HTT-BD Rework, Drill Bushing, CADless_ 1 ea. SF-PR-301HTT-RMR Rework, Reamer bushing, CADless 1 ea. SF-PR-3HTT-DG Rework, Drill Bushing stand CADless 1 ea. PRCC-A301HTT Countersink Cutter (Cobalt) 6 ea. ZT331-SP-N Microstop Countersink cage 1 ea. PRM-A301HTT-6 Mandrel, FmCx2 LB-CA-6-3 1 ea. PRMC-A301HTT Collar, FmCx2 Mandrel 1 ea. PRJ-A301HTT Jaw, FmCx LB split no detent 1 ea. PRG-A301HTT Assembly, Combination gage 1 ea. PRMG-A301HTT Gage, Mandrel Check 11 ea. FT-BX-C1 box tool set (FT-BX-C1) 1 ea. FMTS-3HTSPR-1 Kit/Set Tooling 1 ea. PRKD-A301HTS-1-C Drill, Cobalt core, cut down 1 ea. PRSR-301HTS-1-C Reamer, Cobalt Starting w/ Tri Flats 1 ea. SF-PR-301HTS-BD Rework, Drill Bushing, CADless_ 1 ea. SF-PR-301HTS-RMR Rework, Reamer bushing, CADless 1 ea. SF-PR-3HTS-DG Rework, Drill Bushing stand CADless 1 ea. PRCC-A301HTS Countersink Cutter (Cobalt) 1 ea. PRM-A301HTS-6 Mandrel, FmCx2 LB-CA-6-3 1 ea. PRMC-A301HTS Collar, FmCx2 Mandrel 1 ea. PRJ-A301HTS Jaw, FmCx LB split no detent 1 ea. PRG-A301HTS Assembly, Combination gage 1 ea. PRMG-A301HTS Gage, Mandrel Check 1 ea. FMTS-4HTPR-1 Kit/Set Tooling 1 ea. FMTS-4HTTPR-1 Kit/Set Tooling 1 ea. PRKD-A401HTT-1-C Drill, Coblat core, cut down 1 ea. PRSR-401HTT-1-C Reamer, Cobalt Starting w/ Tri Flats 1 ea. SF-PR-401HTT-BD Rework, Drill Bushing, CADless_ 1 ea. SF-PR-401HTT-RMR Rework, Reamer bushing, CADless 1 ea. SF-PR-4HTT-DG Rework, Drill Bushing stand CADless 1 ea. PRCC-A401HTT Countersink Cutter (Cobalt) 1 ea. PRM-A401HTT-6 Mandrel, FmCx2 LB-CA-6-4 1 ea. PRMC-A401HTT Collar, FmCx2 mandrel 1 ea. PRJ-A401HTT Jaw, FmCx LB Split no detent 1 ea. PRG-A401HTT Assembly, Combination gage 1 ea. PRMG-A401HTT Gage, Mandrel check 1 ea. FMTS-4HTSPR-1 Kit/Set, tooling 1 ea. PRKD-A401HTS-1-C Drill, cobalt core, cut down 1 ea. PRSR-A401HTS-1-C Reamer, cobalt starting w/ tri flats 1 ea. SF-PR-401HTS-DB Rework, drill Bushing, CADless 1 ea. SF-PR-401HTS-RMR Rework, Reamer bushing CADless 1 ea. SF-PR-4HTS-DG Rework Drill Bushing stand, CADless 1 ea. PRCC-A401HTS Countersink cutter 1 ea. PRM-A401HTS-6 Mandrel FmCx2 LB CA-6-4 1 ea. PRMC-A401HTS Collar, FmCx2 Mandrel 1 ea. PRJ-A401HTS Jaw, FmCx LB split no detent 1 ea. PRG-A401HTS Assembly, combination gage 1 ea. PRMG-A401HTS Gage, Mandrel check 1 ea. FMTS-5MLPR-1 Kit 5/16 Milson repair FmCx2 tooling kit nominal 1 ea. FCD-1193-70010A Drill, Cobalt core, cut down 1 ea. FSR-1193-10010A reamer, Cobalt starting w/ tri flats 1 ea. SF-48-16-0.5156 Bushing, Drill 1 ea. SF-48-16-0.5313-RMR Bushing, Reamer 1 ea. SFST-1193-75010A Countersink cutter, Cobalt 1 ea. FMM-1193-25010A Mandrel, FmCx2 LB-CA-6-5 1 ea. FMD-1193-26010A Collar, FmCx2 mandrel 1 ea. FMJ-1193-55010A Jaw, FmCx LB Split no detent 1 ea. FCG-1193-65010A Assembly, Combination gage 1 ea. FMG-1193-30010A gage, Mandrel Check 1 ea. FMTS-6MLPR-1 Kit, 3/8 Milson Panel repair FmCx2 tooling kit nominal 1 ea. FCD-1194-70010A Drill, Cobalt core, Cut down 1 ea. FSR-1194-10010A Reamer, Cobalt starting Dia >.6 1 ea. SF-64-16-0.5938 Bushing, drill 1 ea. SF-64-16-0.6094-RMR Bushing, Reamer 1 ea. FTS-1194-75010A Countersink cutter, Cobalt 1 ea. FMM-1194-25010A Mandrel, FmCx2 LB-CA-6-6 1 ea. FMD-1194-26010A Collar, FmCx2 Mandrel 1 ea. FMJ-1194-55010A Jaw, FmCx LB Split no detent 1 ea. FCG-1194-65010A Assembly, Combination gage 1 ea. FMG-1194-30010A Gage, Mandrel check 1 ea. FMTS-3HTPR-1OS-1 Kit/Set Tooling 1 ea. FMTS-3HTTPR-1OS-1 Kit/ Set Tooling 1 ea. PRKD-A311HTT-1-C Drill, Cobalt core, cut down 1 ea. PRSR-A311HTT-1-C Reamer, Cobalt starting w/ tri flats 1 ea. SF-PR-311HTT-DB Rework, drill bushing, CADless 1 ea. SF-PR-311HTT-RMR Rework, Reamer bushing, CADles 1 ea. PRCC-A311HTT Countersink cutter, Cobalt 1 ea. PRG-A311HTT Assembly, Combination gage 1 ea. FMTS-3HTSPR-1OS-1 Kit/Set Tooling 1 ea. PRKD-A311HTS-1-C Drill, Cobalt core, cut down 1 ea. PRSR-A311HTS-1-C Reamer, Cobalt Starting w/ tri flats 1 ea. SF-PR-311HTS-DB Rework, Drill bushing, CADless 1 ea. SF-PR-311HTS-RMR rework, Reamer bushing CADless 1 ea. PRCC-A311HTS Countersink cutter, Cobalt 1 ea. PRG-A311HTS Assembly, Combination gage 1 ea. FMTS-4HTPR-1OS-1 Kit/Set Tooling 1 ea. FMTS-4HTTPR-1OS-1 Kit/Set Tooling 1 ea. PRKD-A411HTT-1-C Drill, Cobalt core, cut down 1 ea. PRSR-A411HTT-1-C Reamer, Cobalt starting w/ tri flats 1 ea. SF-PR-411HTT-DB Rework, Drill Bushing, CADless 1 ea. SF-PR-411HTT-RMR Rework, Reamer bushing, CADless 1 ea. PRCC-A411HTT Countersink cutter, Cobalt 1 ea. PRG-A411HTT Assembly, Combination gage 1 ea. FMTS-4HTSPR-1OS-1 Kit/Set Tooling 1 ea. PRKD-A411HTS-1-C Drill, Cobalt, cut down 1 ea. PRSR-A411HTS-1-C Reamer, Cobalt starting w/ tri flats 1 ea. SF-PR-411HTS-DB Rework drill bushing CADless 1 ea. SF-PR-411HTS-RMR Rework, reamer bushing CADless 1 ea. PRCC-A411HTS Countersink cutter, Cobalt 1 ea. PRG-A411HTS Assembly, Combination gage 1 ea. FMTS-5MLPR-1OS-1 Kit, 5/16 Milson Panel Repair FmCx2 Tooling kit First Oversize 1 ea. FCD-1193-70110A Drill, Cobalt core, cut down 1 ea. FSR-1193-10110A Reamer, cobalt, starting w/ tri flats 1 ea. SF-48-16-0.5312 Bushing, drill 1 ea. SF-48-16-0.5469-RMR Bushing, reamer 1 ea. FST-1193-75110A Countersink cutter, cobalt 1 ea. FCG-1193-65110A Assembly, Combination gage 1 ea. FMTS-6MLPR-1OS-1 Kit, 3/8 Milson Panel Repair FmCx2 Tooling kit first oversize 1 ea. FCD-1194-70110A Drill, Cobalt core, cut down 1 ea. FSR-1194-10110A reamer, Cobalt starting, dia.>.6 1 ea. SF-64-16-0.6094 Bushing, drill 1 ea. Sf-64-16-0.6250-RMR Bushing, reamer 1 ea. FTS-1194-75110A countersink cutter, Cobalt 1 ea. FCG-1194-65110A assembly, Combination gage (vii) Delivery required no later than 30 October 2020. DELIVERY LOCATIONS: 1 kit each to be delivered to each of the following locations, FOB Destination: 104 FW, Westfield, MA 142 FW, Portland, OR 97218 144 FW, Fresno, CA 93727 159 FW, New Orleans, LA 70143 173 FW, Klamath Falls, OR, 97603 CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: (viii) 52.212-1, Instructions to Offerors � Commercial Items (Deviation 2018-O0013) Addendum to FAR 52.212-1: The offeror must include the following with their quote: Provide a kit price (one price for all individual items listed above) for the tooling requirements for the cold work panel repair process. Prices must be inclusive of all charges, to include shipping and handling, and be exclusive of all taxes.� Tax exempt certificate available upon request. A total of five kits are required as per the delivery schedule above. Provide a delivery schedule that meets or exceeds the delivery schedule in accordance with the delivery instructions identified in paragraph vii. Provide a completed and signed copy of the certifications at FAR 52.204-24 and 52.204-26 found in attachment [#] [889 Representation Form Rev 1.pdf]. (ix) 52.212-2, Evaluation -- Commercial Items - Evaluation-Commercial Items (Oct 2014) ��������� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. The evaluation of past performance may be based on one or more of the following: (A) The contracting officer�s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or (D) Any other reasonable basis. ��������� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ���������� A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x) 52.212-3 Offeror Representations and Certifications - Commercial Items, Alt I, applies (xi) 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the Statement of Work (SOW) IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), shall also incorporated by reference into and resultant Agreement. (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation 2018-O0021), applies to this acquisition. (xiii) ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Total Small Business Set-Aside (Deviation 2019-O0003) 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor � Cooperation of Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 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 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY FULL TEXT: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) - *See attached [Telecomm_Video_Provisions.pdf] provision for full text. 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) - *See attached [Telecomm_Video_Provisions.pdf] provision for full text. 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): https://www.acquisition.gov/ (End of Provision) 52.252-2 Clauses Incorporated by Reference - 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): https://www.acquisition.gov/ (End of Clause) 52.252-5 Authorized Deviations in Provisions - The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses - The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (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. As prescribed in 211.274-6 (a)(1), use the following clause: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) (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 � 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 NONE (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 NONE (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) (xiv) There is no Defense Priorities and Allocations System (DPAS) assigned rating. (xv) Quotes are due on 17 September 2020 at 2:00 pm. (xvi) The point of contact for this action is CMSgt Kyle Kiepke. Quotes shall be submitted via email to 104.fw.msc@us.af.mil. Any and all questions shall be submitted in writing to the point of contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8255c1cc873d424d955ef6349f28051a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05795052-F 20200913/200911230152 (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 |