SOLICITATION NOTICE
51 -- 51--N0018922QG024 NSSF SPRUCE Desco Pneumatic Tools
- Notice Date
- 2/15/2022 3:28:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333991
— Power-Driven Handtool Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018922QG024
- Response Due
- 2/16/2022 9:00:00 AM
- Archive Date
- 08/15/2022
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDMENT NOTICE: 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. The solicitation number is N0018922QG024 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 333991 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-02-16 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Groton, CT 06349 The FLC Norfolk - Groton requires the following items, Brand Name Only (Exact Match), to the following: LI 001: NEEDLE GUNS FFP Needle Guns, Model 40 Vibration free needle gun - (No Shrouds) Mfg. Desco Manufacturing Company Desco Part No. 130.049 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 130.049 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 8, EA; LI 002: WHIP ASSEMBLIES FFP Needle Gun Accessories - Whip Assembly (lub, filter, evap) Mfg. Desco Manufacturing Company Desco Part No. 500.008 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.008 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 30, EA; LI 003: AIR DIE GRINDER FFP 3 inch Die-Grinder with No Hole Back-up Pad (Not Dust Free) Mfg. Desco Manufacturing Company Desco Part No.141.001.3 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 141.001.3 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 4, EA; LI 004: 3 INCH ROLOC BPH DISC FFP Consumables, 3 inch ROLOC C and S (BPH) Black Disc Mfg. Desco Manufacturing Company Desco Part No.810.326 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 810.326 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 8, EA; LI 005: 3 INCH ROLOC DISC FFP Consumables, 3 inch Roloc Disc Mfg. Desco Manufacturing Company Desco Part No.820.0327 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 820.0327 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 8, EA; LI 006: BACK-UP PAD FFP Accessories - Back-up Pad - 3 inch Roloc (No Holes -Not for use with Dust Shrouds) Includes Mandrel Mfg. Desco Manufacturing Company Desco Part No. 825.1318 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 825.1318 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 8, EA; LI 007: DESCOBRADER, PNUEMATIC 4 HP HUB FFP Pneumatic Descobrader (4 HP) HUB Air Requirement 125 cfm at 80-90 PSI, (1750 RPM's at 90 PSI Mfg. Desco Manufacturing Company Desco Part No. 120.113 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 120.113 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 4, EA; LI 008: INTERCHANGEABLE HD HUB FFP Heavy Duty General Purpose Hub Hub includes (4) Pins - (Part no. 120.055) and (24) five-eighths inch Cutters - (Part No. 800.058) Mfg. Desco Manufacturing Company Desco Part No. 120.024 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 120.024 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 4, EA; LI 009: INTERCHANGEABLE HD HUB FFP Heavy Duty General Purpose Hub Hub includes (4) Pins - (Part no. 120.055) and (24) five-eighths inch Cutters - (Part No. 800.058) Mfg. Desco Manufacturing Company Desco Part No. 120.024 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 120.024 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 4, EA; LI 010: EXTENDED REACH TOOL FFP 3 inch Pneumatic, Extended Reach Tool w dust Shroud (Fixed) Mfg. Desco Manufacturing Company Desco Part No. 180.2193 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 180.2193 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 4, EA; LI 011: 120 PSI AIR HOSE FFP HOSE (50 foot x three quarter inch) Chem Abrasion Resist w large one-half inch body, Brass QDs Mfg. Desco Manufacturing Company Desco Part No. 500.118 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.118 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 12, EA; LI 012: Y GATE AIR FITTING FFP Y Gate - Female (Large Body) Air Fitting Mfg. Desco Manufacturing Company Desco Part No. 500.142 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.142 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; LI 013: O-RING VALVE SEAT FFP O-Ring Valve Seat - Repair Maintenance Mfg. Desco Manufacturing Company Desco Part No. 550.836 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.836 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; LI 014: VALVE STEM FFP VALVE STEM - Repair Maintenance Mfg. Desco Manufacturing Company Desco Part No. 550.837 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.837 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; LI 015: ROLL PIN FFP Roll Pin - Repair Maintenance Mfg. Desco Manufacturing Company Desco Part No. 550.841 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.841 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; LI 016: O-RING VALVE CAP FFP O-Ring Valve Cap - Repair Maintenance Mfg. Desco Manufacturing Company Desco Part No. 550.839 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.839 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; LI 017: VALVE CAP FFP Valve Cap - Repair Maintenance Mfg. Desco Manufacturing Company Desco Part No. 550.848 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.848 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; LI 018: VALVE SPRING FFP Valve Spring - Repair Maintenance Mfg. Desco Manufacturing Company Desco Part No. 550.838 To Include Shipping FOB Destination to Groton, CT 06349 Vendors shall complete bid in accordance with Instructions to Quoters, upload onto bid all technical review criteria, and complete signed DFARS 252.225-7000 and FAR 52.225-18 for each item. FOB: Destination BRAND NAME/SOLE SOURCE: BN MILSTRIP: N6831622RC00CGR MFR PART NR: 500.838 PURCHASE REQUEST NUMBER: N6831622RC00CGR ADDITIONAL MARKINGS: POC - TBD SIGNAL CODE: J PSC CD: 5130, 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 1.Vendors must quote ALL line items or the sellers bid will be automatically disqualified as technically unacceptable. 2.All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. 3.All vendors must complete and upload with bid all mandatory technical evaluation criteria, lead-time, with complete signed FAR and DFARS provision with bid otherwise, you may be automatically disqualified for not providing mandatory attachments. 4.All vendors shall upload published and/or internal price catalog with the effective date and page number for the same or similar bid items. 5.All vendors shall upload two (2) recent paid invoices for the same and/or similar items. 6.The vendor shall complete, sign, and attach the following mandatory FAR and DFARS Provisions: FAR 52.225-18 Place of Manufacture (Aug 2018). DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2014). Do not leave Blank or state FTA Compliant. If no country / place of manufacture is entered on DFARS 252.225-7000, the bid will be evaluated, as a foreign non-qualifying country per DFARS 225.502 (c) (I) (E). ?FAR 52.204-24 Representation Regarding certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021). ?FAR 52.204-26 Covered Telecommunications Equipment or Services�Representation (Nov 2021) ?FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016). ?DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services �Representation (Dec 2019) ?DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 333991 and the Small Business Standard is 100% . FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. PLACE OF MANUFACTURE (AUG 2018) REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT 2020) REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES -- REPRESENTATION (DEC 2019) PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (MAY 2021) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) 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. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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 electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 System for Award Management OCT 2018 System for Award Management Maintenance OCT 2018 Commercial and Government Entity Code Reporting AUG 2020 Commercial and Government Entity Code Maintenance AUG 2020 Alternative Line Item Proposal JAN 2017 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment DEC 2021 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2021 Notice of Small Business Reserve MAR 2020 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2021 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2017 Restriction on Acquisition of Hand Or Measuring Tools JUN 2005 Export-Controlled Items JUN 2013 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 Subcontracts for Commercial Items JAN 2021 Sources of Electronic Parts MAY 2018 CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020) PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (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 DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) (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 DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) EXPEDITING CONTRACT CLOSEOUT (MAY 2021) PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dddbb8e791b94206a7bb9fa1ecd60fc4/view)
- Place of Performance
- Address: Naval Submarine Base NLON , Groton, CT 06349-5000, USA
- Zip Code: 06349-5000
- Country: USA
- Zip Code: 06349-5000
- Record
- SN06243306-F 20220217/220215230114 (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 |