TENTAGE & SHELTERS IST - PHILADELPHIA

From: Federal Government(Federal)
SPE1C1-22-R-0069

Basic Details

started - 26 May, 2022 (23 months ago)

Start Date

26 May, 2022 (23 months ago)
due - 25 May, 2026 (in about 2 years)

Due Date

25 May, 2026 (in about 2 years)
Bid Notification

Type

Bid Notification
SPE1C1-22-R-0069

Identifier

SPE1C1-22-R-0069
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1000139341 1. REQUISITION NUMBER 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER SPE1C1-22-R-0069 5. SOLICITATION NUMBER 2022 MAY 26 6. SOLICITATION ISSUE DATE Ricardo Perez PCPQDCA a. NAME Phone: 215-737-2412 b. TELEPHONE NUMBER (No Collect calls) 2026 MAY 25 8. OFFER DUE DATE/ LOCAL TIME 9. ISSUED BY CODE SPE1C1 DLA TROOP SUPPORT C AND T SUPPLY CHAIN 700 ROBBINS AVENUE PHILADELPHIA PA 19111-5096 USA 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM 8 (A) SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 314910NAICS: SIZE STANDARD: 11. DELIVERYFOR FOB DESTINA- TION UNLESS BLOCK IS MARKED 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16.
ADMINISTERED BY CODE 17a. CONTRACTOR/ CODE OFFEROR FACILITY CODE TELEPHONE NO. 18a. PAYMENT WILL BE MADE BY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT See Schedule (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED 29. AWARD OF CONTRACT: REF. OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (Type or Print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or Print) 31c. DATE SIGNED 1 SEE SCHEDULE 7. FOR SOLICITATION INFORMATION CALL: SEE SCHEDULE 03:00 PM STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA - FAR (48 CFR) 53.212 AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE SEE ADDENDUM EDWOSB PAGE 1 OF 56 32a. QUANTITY IN COLUMN 21 HAS BEEN ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:RECEIVED INSPECTED COMPLETE PARTIAL FINAL STANDARD FORM 1449 (REV. 2/2012) BACK 36. PAYMENT PARTIAL FINAL 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT 19. ITEM NO. 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR 37. CHECK NUMBER 38. S/R ACCOUNT NO. 39. S/R VOUCHER NUMBER 40. PAID BY 42a. RECEIVED BY (Print) 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 42b. RECEIVED AT (Location) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 3 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION A - SOLICITATION/CONTRACT FORM TECHNICAL REQUIREMENTS THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN `R' OR AN `I' NUMBER IN SECTION B) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW- ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) FAR SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS Continuation of Blocks from SF 1449 Block 8: The solicitation will be open for 4 years and offers may be submitted at any time until solicitation closing. Offer evaluation will be performed upon receipt. The Government reserves the right to close this solicitation if it is determined to be in the best interest of the Government to do so. If the determination is made to close this solicitation, an amendment will be issued 90 days prior to the solicitation closing. Block 9: The following methods of submitting a proposal are authorized in the solicitation: i) DIBBS: To submit an offer through DIBBS, search for the solicitation and then click the Red "Offer" button on the search results screen (Note: users must be logged in to DIBBS in order to submit the offer through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload- Offer-User-Help.pdf. ii) Email proposals and attachments to the Contracting Officer, Maria Sesso-Punzo at maria.sesso-punzo@dla. mil and the Contract Specialist, Ricardo Perez at Ricardo.perez@dla.mil. A single email cannot exceed 15 MB. Proposals greater than 15 MB must be divided into multiple emails. iii) If the proposal and attachments are too large to process through DIBBS or sent via email, proposals may be sent through the Department of Defense (DoD) Secure Access File Exchange (SAFE): https://safe.apps. mil/ . Proposals and attachments are not authorized to be sent via mail, In-person, courier, or facsimile. Block 17b Remittance Address: (If different from Contractor/Offeror address in block 17a) _________________________________________________ _________________________________________________ https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf mailto:maria.sesso-punzo@dla.mil mailto:maria.sesso-punzo@dla.mil mailto:Ricardo.perez@dla.mil https://safe.apps.mil/ https://safe.apps.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 4 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS (CONTINUED) _________________________________________________ CAGE Number: ____________________________________ Are you registered with the System for Award Management (SAM.GOV) database? Yes ( ) or No ( ) ALL OFFERS, BOTH TECHNICAL AND BUSINESS PROPOSALS (INCLUDING ALL ELECTRONIC FILES), ARE TO BE MARKED WITH “CUI - SOURCE SELECTION INFORMATION - SEE FAR 2.101 & 3.104" Blocks 19-24 DLA Troop Support is seeking proposals for Commercial Off The Shelf - Shelter Systems meeting the criteria outlined in the “Statement of Work” in Section C of this solicitation. The Government intends to establish multiple Firm Fixed Price Indefinite Delivery/Indefinite Quantity Type Contracts. The intent is to award a contract to all firms that offer Modified Soft Shelter Systems and associated components, whose products meet the SOW, whose prices have been determined fair and reasonable, and who have met all other solicitation requirements. The term of the contracts will be for four (4) years ordering period and will allow for pricing under each 12-months period or tier. Offeror acceptance of each of the four (4) 12-month periods is mandatory, and a unit price is to be provided for each period. MINIMUM/MAXIMUM ON DELIVERY ORDERS - The guaranteed minimum dollar value of each contract issued as a result of this solicitation will be $25,000.00. The cumulative dollar value of all orders placed on all contracts issued as a result of this solicitation will not exceed $800,000,000.00. - Offers are being solicited for entire product lines. As a result, the Government cannot offer a per item minimum delivery order guarantee since some of the items in the system may be more desirable than others. Because the required items are commercial, it is understood that the components and items of the product lines offered are readily available for delivery. The Government will not place orders for quantities that exceed the monthly production abilities stated by the successful awardee(s) in their proposals. If necessary, these limitations may be negotiated during discussions. The delivery time for all orders placed is established at 60 days after issuance of orders for shelters, frames and components. It is established as 90 days after issuance of orders for trailers. Acceleration of deliveries will be permitted at no additional cost to the Government. - After award of contracts under this program, delivery orders will be competed as “Brand Name or Equal.” DLA will issue a Request For Quote (RFQ) to awarded Suppliers for each requirement received by the Customer. The solicited item will contain salient characteristics for which an alternate offer may be submitted by a competing contract holder. Awarded suppliers can choose to respond with a quote, or no-quote. The awardee will be the technically acceptable and lowest evaluated price offer. Prior to issuing Request For Quotations (RFQs), the Contracting Officer will determine if the requirement meets the conditions to be set aside for Small Business, if so that requirement will be set- aside. - At the time contracts from this solicitation are awarded, there will still be existing Commercial off the Shelf (COTS) shelter system contracts awarded under Solicitation SPE1C1-18-R-0003. Competition for delivery orders under contracts awarded under this solicitation will include vendors that hold contracts awarded under Solicitation SPE1C1-18-R-0003. - The Government will order supplies by issuing delivery orders during each time period specified in clause 252.216-7006 “Ordering (MAY 2011)” DFARS. At a minimum, each delivery order will contain the following CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 5 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS (CONTINUED) information: Purchase Request / Requisition Number Date of Order Contract number and Order number Contract Line Item Number, Item description, National Stock Number / Part Number Quantity Unit Price Accounting and Appropriation Data Required delivery date Address of customer / shipping information Inspection and acceptance information - Inspection of supplies will be at contractor's plant, acceptance will be at contractor's plant. In view of the foregoing, offerors are required to show where supplies will be inspected: Plant: __________________________________ Street: __________________________________ City/State/Zip: __________________________________ Offerors will be required to provide two copies of the following: the commercial product catalog showing all items that meet the criteria of the Statement of Work; a price list, indicating discounts offered the Government; and detailed information on product line requirements for their different products and monthly production maximums. As indicated in the Statement of Work, instruction manuals covering operational procedures and instructions for use must be provided. For each salient characteristic cited in the solicitation, the offeror should provide information on the technical status of their production in relation to the required characteristics. Additionally, the offeror should indicate any other qualities, features or capabilities that their products have above and beyond the required characteristics that would make their offered shelter more advantageous to the end user. In accordance with the requirements detailed in this solicitation, an offeror's proposal submission must include: - Signed Standard Form 1449 with appropriate fill-ins - Commercial product catalog / price list - A pricing document to detail Offered pricing for each item and its related commercial price, or any other price it has been offered to commercial or government entities. Indicate the quantities that items have been sold and at what price. (paper copy and CD-ROM are not acceptable). (pricing document is preferred to be in Excel format) - Provide offered pricing for all periods/tier (four 12-months periods/tier) - Please indicate monthly production maximums for items - Provide production lead times for each item - Vendor is required to submit one applicable Product Data Sheet (Appendix A) in Adobe PDF Electronic file format for each item offered on their Proposal Submission. Each Product Data Sheet shall contain the entire part number with a photograph or spec sheet attached to the first page. Same items in different colors shall have their own Appendix A and a unique part number. Each completed Appendix A (Product Data Sheet) shall be named with the entire part number of each item. - Sub-Contracting Plan for all Large Business Offers CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 6 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS (CONTINUED) SECTION B - SUPPLIES / SERVICES AND PRICING Offerors are advised to follow the recommended pricing template: ALL PRICING IS TO BE SUBMITTED ON AN FOB ORIGIN BASIS Clause 52.247-29, “FOB Origin (FEB 2006)” applies. In addition to the above requested information, The Offeror must detail any commercial pricing discounts offered to general public or specific customers based on specific quantities or dollar amount in sales. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 7 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS (CONTINUED) The Offeror should indicate the date at which current “list pricing” took effect. * The Offeror shall provide sales data for the same or similar items for such items within the last 2 years. The Offeror shall indicate at what quantity these prices took place. * The Offeror shall provide previous Government Sales Prices if ever offered to the Government and explain any changes to current Offerings. * The quantity for previous Government prices must be indicated. * Commercial and Government invoices may be requested by the Government to demonstrate Offerors proposal is representative of offered pricing. * Offeror must list the lowest price charged to other Customers, if the price is lower than the Government Offered Price. Offeror must detail the circumstance for the price if lower than the offered Government price. NOTE: Offering on all Tier terms is required. Failure to submit an offer on any of the Tier terms will result in rejection of your offer. CAUTION NOTICES CAUTION NOTICE - C&T ELECTRONIC INVOICING (MAR 2013) DLA TROOP SUPPORT The Directorate of Clothing and Textiles (C&T) requires electronic invoicing on all contracts unless another method is mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. UTILIZATION OF WIDE AREA WORKFLOW - RECEIPTS AND ACCEPTANCE (WAWF-RA) IN CONJUNCTION WITH DFARS 252.232-7003, Electronic Submission of Payment Requests. The Directorate of Clothing and Textiles utilizes VIM-ASAP, which is short for DLA Virtual Item Manager ARN Supply-Chain Automated Processing, to transmit data to WAWF-RA. VIM-ASAP is the only authorized method to electronically process requests for payment to WAWF-RA for the Directorate of Clothing and Textiles. VIM-ASAP will give you visibility of contract information, track production status and print labels. VIM-ASAP pre-populates contract data on your invoices, such as unit price, contract numbers, item numbers, addresses, and many other fields that will save you labor and time. Advanced Shipment Notifications (ASNs) associated with DFARS clause 252.211-7006, Radio Frequency Identification are sent via VIM-ASAP to WAWF-RA processes. Please contact the VIM-ASAP help desk at 888-940-7348 to get started today! For questions about invoice preparation, just call the DFAS Customer Service Resource Center at 1-800-756-4571, or Check out these resources: http://www.dfas.mil/contractorsvendors.html ...under the "Contractor/Vendor Pay" link. http://www.dfas.mil/ecommerce/wawf/info.html... information regarding bill paying process and how to use Wide Area Workflow http://www.dfas.mil/ecommerce/myInvoice/gettingstarted.html myInvoice is an interactive web application developed specifically for contractors/vendors and government/military employees to obtain invoice status. It is available 24/7. VIM ACCESS http://www.dfas.mil/contractorsvendors.html http://www.dfas.mil/ecommerce/wawf/info.html http://www.dfas.mil/ecommerce/myInvoice/gettingstarted.html CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 8 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS (CONTINUED) Please note: Vendors under contract with DLA Troop Support Clothing & Textiles are able to use a web-based application called VIM, or Virtual Item Manager (https://vim.dla.mil). VIM allows manufacturers to generate and transmit contract documents such as Delivery Orders (DD1155s) and Material Inspection and Receiving Reports (DD250s). Previously, vendors registered using a user ID and password; however, soon all vendors must use an External Certificate Authority (ECA) certificate to access VIM. Please see below for more information. Why is VIM requiring access via ECA certificate? DoDI 8520.2 Mandates the use of DoD PKI identity certificates when accessing DoD information systems. The DoD established the External Certification Authority (ECA) program to support the issuance of DoD approved certificates to industry partners and other external entities and organizations. ECA certificates enable contractors to securely communicate with the DoD and authenticate themselves to DoD Information Systems. What are ECA Certificates? ECA Certificates are individually issued digital identity credentials. The DoD relies upon these credentials to ensure the identity of the user in online environments or when a certificate holder tries accessing DoD Information Systems. ECA Certificates are stored either on hardware devices (smart cards or USB devices) or software versions (stored on your computer's hard drive). You will use your certificate to: A) Establish your identity when trying to access a protected site B) Legally "sign" a document, form or application C) Encrypt messages (email) or documents to ensure confidentiality much like a driver's license or a passport, they are unique to each individual, and cannot be shared. It is against DoD Regulations to share a username and password or allow someone to access another's ECA certificate for any reason. Violation of this policy will result in the immediate revocation of the original owner's certificate. How can I obtain an ECA Certificate? The following are the three entities authorized by the DoD to issue ECA Certificates. Review and apply for an ECA Certificate from one of the below organizations to access your VIM account: A) IdenTrust: http://www.identrust.com/certificates/eca/index.html B) ORC (Operational Research Consultants): http://eca.orc.com/ C) VeriSign: https://eca.verisign.com/ I have an ECA Certificate, how do I access VIM now? Simply log into VIM with your existing User ID and Password as usual and then follow the steps: A) Under Menu, click the “Certificate Registration” option B) Read the brief instruction and then click “Continue” C) Your certificate will display in a pop-up. Select the certificate and click “Continue” D) You will be prompted to enter your current password for confirmation and click “OK” E) The message displays “Your Certificate has been successfully registered…” Click “OK” to complete the process. You will be logged out of VIM and prompted to login with your certificate. F) Click “Accept” to the Terms and then select “Certificate Login”. G) Your certificate will display in a pop-up. Select the certificate and click “OK” and you will be logged into your VIM account. Remember, your old login credentials will no longer be valid, and you will use your certificate to login into VIM. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS (CONTINUED) NOTE: Contractors shall include the Transportation Control Number (TCN) and carrier shipment tracking information when submitting the DD250/iRAPT Receiving Report in Wide Area Workflow (WAWF) in order to assist with material inspection and acceptance. 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (NOV 2021) FAR 52.210-1 MARKET RESEARCH (NOV 2021) FAR C01 SUPERSEDED PART NUMBERED ITEMS (SEP 2016) C02 MANUFACTURING PHASE OUT OR DISCONTINUATION OF PRODUCTION, DIMINISHING SOURCES, AND OBSOLETE MATERIALS OR COMPONENTS (DEC 2016) C18 SHIPPING INSTRUCTIONS FOR EXPORT AND U.S. TERRITORIES (AUG 2017) C21 SHIPPING INSTRUCTION REQUEST (SIR) (JUN 2020) Standard Element has no Title SECTION C - SPECIFICATIONS/SOW/SOO/ORD DISTRIBUTION STATEMENT: DISTRIBUTION FOR THIS DOCUMENT, SPECIFICATION AND GRAPHICS ARE AUTHORIZED FOR PUBLIC RELEASE PD DSCP-FQSE-0610 Revision C February 24, 2022 PURCHASE DESCRIPTION COMMERCIAL DESIGN TEXTILE SHELTER SYSTEMS AND ANCILLARY SUPPORT COMPONENTS FOR MILITARY USE SCOPE Scope. The intent of this solicitation is to award multiple Indefinite Delivery, Indefinite Quantity contracts for tent and textile commercial soft shelter systems and associated support components that provide environmental protection to Soldiers, Marines, Sailors, Airmen and for Civilian Disaster Relief Purposes. Offers may include complete commercial soft shelter systems and their respective support components for General Purpose Tentage, Utility Shelters, Maintenance Shelters, Command Post Shelters, Vehicle Crew Tents, Lightweight Nylon Tents Assembly Tents, Medical Tents or Arctic Region Tents, Hybrid Soft/Hard wall Shelters. Support equipment may include stakes or pins, tent lines, textile or modular flooring, environmental support components, storage covers, storage/shipping containers and trailer mounted shelter support systems. REQUIRED PERFORMANCE CRITERIA & SALIENT CHARACTERISTICS CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) The Commercial Soft Shelter Systems must consist of shelter units that are modular in design allowing accessory upgrades or connectable to another shelter to allow for expansion. The shelter must be frame, air beam supported or hard wall box with extendible fabric extensions and constructed from a lightweight, water-resistant, mildew resistant and flame-resistant fabric. It is desired, but not required, that the Commercial Shelter System be supported by a mobile trailer system which is capable of providing electricity and maintaining a controlled environment in all climates and terrains except arctic. At a minimum, the Commercial Soft Shelter System shall meet the Performance Criteria that are stated herein. Please note that the listed features represent the minimum performance level and minimum features that an offeror's product would require to be considered for award. APPLICABLE DOCUMENTS General. The documents listed in this section are required by this specification. This section does not include documents cited in other sections of this specification or recommended for additional information or as examples. While every effort has been made to ensure the completeness of this list, vendors are cautioned that they must meet all specified requirements as cited against verification criteria. Vendor Documents 1. REQUIRED FOR PROPOSAL SUBMISSION All Appendix A's and Graphics submitted shall be Authorized for Public Release on DLA Websites a. The Vendor is required to submit one applicable Product Data Sheet (Appendix A) in Adobe PDF Electronic file format for each item offered on their Proposal Submission. The attributes of the item shall not be changed through the life of the contract without formal modification to the contract. b. Graphics, a single electronic file with at least one or a combination of photographs, engineering drawings or spec sheets shall be submitted for each Appendix A Product Data Sheet. A Joint Photographic Experts Group, (JPEG) format shall be used. The maximum graphics file size shall be 900 kb. Graphics shall not include vendors contact numbers, website address or email address. c. Each completed Appendix A and separate graphics shall be named with the same and exact part number of each item. Same items in different colors shall have their own Appendix A and a unique part number. d. If a National Stock Number (NSN) is assigned to the part number under your Cage Code that shall be the same part number submitted. It is the Government's intent to catalog the data submitted in Appendix A on Department of Defense's Websites: https://www.dla.mil/TroopSupport/ ClothingandTextiles/Tents.aspx No item will be accepted under contract without both the Appendix A and Graphics file. Files shall be for public release and not labeled proprietary. The Product Data Sheets in Appendix A will be utilized by vendors to review and make a http://www.dla.mil/TroopSupport/ClothingandTextiles/Tents.aspx http://www.dla.mil/TroopSupport/ClothingandTextiles/Tents.aspx http://www.dla.mil/TroopSupport/ClothingandTextiles/Tents.aspx CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) determination as to whether their product qualifies as an “Or Equal”. Or Equal attributes shall be determined but not limited to exact Dimensions, Weights, Performance Criteria or Erect/Strike requirements. The product information submitted by vendors under this contract, shall allow DLA Troop Support customers criteria to evaluate and decide which product will be appropriate for mission use. DLA Troop Support Websites shall be used by customers to make online comparison of vendor designs resulting in determinations for fit for use and ordering. The level of the product specifications shall be detailed to extent that valuations of tactical requirements can be calculated by DLA Troop Support Customers. The identification of shelter and support component interoperability and interface to known Military Shelters shall also be included with Appendix A. DLA Troop Support customers may use this data to determine which products will function with their existing fielded shelters and support components. 2. REQUIRED AFTER CONTRACT AWARD FOR ITEMS TO BE INCLUDED IN DLA TROOP SUPPORT'S TENT SPECIALTY STORE All awarded items presented for Military Use in the DLA Troop Support Websites for use shall include the following: a. After contract award, the vendor is requested to submit one Test Data Report (Appendix B) to the Contracting Officer for each shelter within 90 days. A final Test Report shall accompany the Test Data Report. If a support trailer(s) is included in the product line, include the final test report that it underwent safety and mobility testing at a U.S. Military Test Center. *NOTE: No sale to the government will be accomplished prior to receipt of the Final Test Report. b. Shelter System and all components shall be documented in accordance with the manufacturer's Technical Data Package (TDP). This documentation includes all requirements and specifications for each item. Documentation shall detail all items down to the component level and specification. This documentation shall be maintained and updated throughout the life of the contract. Once each end item's performance has been tested and verified through formal test reports the TDP Documentation shall not be changed without contract modification. To assure the accuracy of test reports will remain valid the attributes of the item shall not be changed through the life of the contract without formal modification to the contract. The manufacturer's Technical Data Package will remain proprietary to the vendor and shall only be validated to assure the design is both documented and stable through the life of the contract. The TDP shall be maintained at the vendor facility and is not required to be sent to the government; however, the government retains the right to inspect the TDP at any time during the life of the contract. Government documents. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 12 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) Specifications, standards, and handbooks. The following specifications, standards, and handbooks form a part of this document to the extent specified herein. Unless otherwise specified, the issues of these documents are those listed in the ASSIST database at http://quicksearch.dla.mil/qsSearch.aspx thereto, cited in the solicitation. SPECIFICATIONS MILITARY MIL-B-44381 - Board, Map, Complexing (SICPS) MIL-PRF-44259 - Light Set, Portable, Fluorescent NOTE: Above specifications listed are for use in determining interface/interoperability between Commercial Product Line and Military Specification Shelters. STANDARDS FEDERAL FED-STD-191 - Textile Test Methods MILITARY MIL-STD-129 - Military Marking MIL- STD-1472 - Human Engineering “DLA Troop Support Clothing and Textiles Additional Quality Assurance requirements (Formally DASCPM4155.3) Revision 1 dated August 2021 requirements shall be maintained for component certification. Fabrics required to be source sampled shall include all applicable characteristics and test methods equal to the respective component specification. All fabric lot release testing procedures are applicable. (Unless otherwise indicated, copies of federal and military specifications, standards and handbooks are available from the Defense Automated Printing Service, Bldg. 4D (DPM- DODSSP),700 Robbins Avenue, Philadelphia, PA 19111-5094.) Other Government documents, drawings, and publications. The following other Government documents, drawings, and publications form a part of this document to the extent specified herein. Unless otherwise specified, the issues are those cited in the solicitation. DRAWINGS 5-4-9755-12 Window Assy (side) 5-4-9755-16 Vestibule 5-4-9755-18 Vestibule Door 5-4-6764 Fluorescent Light Set 5-4-7457 Mapboard Assembly http://quicksearch.dla.mil/qsSearch.aspx CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 13 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) 5-4-5531 Strap, Map Board NOTE: Above drawings listed are for use in determining interface/interoperability between Commercial Product Line and Military Specification Shelters 2.1 Non-government documents. The following document(s) form a part of this specification to the extent specified herein. Unless otherwise specified, the issue dates of these documents that are DoD adopted are those listed in the Assist Website. UNITED STATES INDUSTRIAL FABRICS INSTITUTE In preference to Military Fabrics Specifications, Standards and Test Methods the applicable United States Industrial Fabrics Institute cloth specification may be used in preference. USIFI-DOC-001 TEST METHOD RECOMMENDATIONS, COATED AND LAMINATED FABRICS USIFI-PRF-44103 CLOTH, FIRE, WATER AND WEATHER RESISTANT USIFI- DTL-55308 CLOTH AND STRIP, LAMINATED OR COATED, VINYL, Reinforced, HIGH STRENGTH, FLEXIBLE USIFI- PRF-44423 CLOTH, FLAME RESISTANT, LIGHT WEIGHT, REVERSIBLE USIFI-PRF-20696 CLOTH, WATERPROOF, WEATHER RESISTANT Copies may be purchased on-line from the IFAI Store at: www.usifi.com, or by contacting USIFI Headquarters, Specification Committee, 1801 County Road B W, Roseville, MN 55113-4061 Phone: 651-222-2508 Fax: 651-631-9334 AMERICAN ASSOCIATION OF TEXTILE CHEMISTS AND COLORISTS (Copies may be obtained from: American Association of Textile Chemists and Colorists, P.O. Box 122215, Research Triangle Park, NC 27709-22215. https://aatcc.org/) THE AMERICAN CONFERENCE OF GOVERNMENTAL INDUSTRIAL HYGIENISTS ACGIH - Threshold Limit Values (Copies may be obtained from: The American Conference of Governmental Industrial Hygienists 1014 Broadway, Cincinnati, OH 45202.) AMERICAN INDUSTRIAL HYGIENE ASSOCIATION AIHA - Workplace Environmental Exposure Level Guide Series (Copies may be obtained from: American Industrial Hygiene Association, AIHA Publication Orders, PO Box 27632, Richmond, VA 23261-7632, http://www.aiha.org) AMERICAN NATIONAL STANDARDS INSTITUTE ANSI/AATCC 30 Fungicides, Evaluation on Textiles: Mildew and Rot Resistance of Textiles ANSI/ AATCC 169 Resistance to accelerated weathering - xenon lamp. (Copies may be obtained from: American National Standards Institute, Attn: Customer Service, http://www.usifi.com/ http://www.usifi.com/ https://aatcc.org/ https://aatcc.org/ http://www.well.com/user/css/AATCC.HTML.) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 14 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) 11 West 42nd Street, New York, NY 10036, http://ansi.org/) AMERICAN SOCIETY FOR TESTING AND MATERIALS ASTM-D-3951 - Packing ASTM-D-6413 - Standard Test Method for Flame Resistance of Textiles (Applications for copies should be addressed to American Society For Testing and Materials, 100 Barr Harbor Drive, West Conshohocken, PA 19428, (610) 832-9585, http://www.astm.org.) SANTA CLARA CENTER FOR OCCUPATIONAL SAFETY AND HEALTH Chemical Exposure Guidelines, Version 9 (Copies may be obtained from: Chemical Exposure Guidelines, Version 9, Santa Clara Center for Occupational Safety and Health, 760 North First, San Jose, CA 95112) NATIONAL INSTITUTE OF OCUPATIONAL SAFETY AND HEALTH Pocket Guide to Chemical Hazards, 3rd printing, product number 12230-0000 (Copies may be obtained from: National Institute of Occupational Safety and Health, National Safety Council, P.O. Box 558, Itasca, IL 60143-0558) ISO/IEC Joint Technical Committee 1, Subcommittee 29, Working Group Joint Photographic Experts Group ISO/IEC 10918-1:1994 ISO/IEC 10918-2:1995 ISO/IEC 10918-3:1997 ISO/IEC 10918-4:1999 ISO/IEC FCD 10918-5 Order of precedence. In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. PERFORMANCE REQUIREMENTS At a minimum, the shelter systems and components must perform as follows: 1. Fabric components shall be tested with the specified test methods under United States Industrial Fabrics Association specifications. Flame resistant requirements for all cloth fabric shall be in accordance with ASTM-D 6413 latest supported revision or applicable NFPA fabric flame resistance requirements. Fabric lot testing including documentation with laboratory test reports in accordance with DLA Troop http://www.ansi.org/cat_b.html) http://www.152.3.65.120/oem/chem-exp.htm) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 15 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) Support Clothing and Textiles Additional Quality Assurance requirements (Formally DASCPM4155.3) Revision 1 dated August 2021for all shelters is required: A Certificate of Compliance (CoC), based on historical test data, shall be acceptable for verification of the fabric weathering and mildew requirement. In lieu of weathering testing for each lot, the test report may reference passing results tested under the first full production fabric lot. Any subsequent modification of the chemical formula or processing methods utilized during the manufacture of the fabric, or any substitution of different fabric, shall require physical testing to all fabric specification and end item specification terms for verification. The historical data shall be established during testing for the first full production lot for each contract. Weathering and mildew testing for the First Article cloth may be waived in preference to First Article and First Lot mildew and weathering testing. The CoC shall be valid for one calendar year or at each option of the contract is applicable. Shade verification required by DLA Troop Support Clothing and Textiles Additional Quality Assurance requirements (Formally DASCPM4155.3) Revision 1 dated August 2021 shall be submitted once a year in lieu of for each lot. 2. At a minimum, the soft shelter system must have a commercial instruction manual that: - explains the breakdown of all the component parts and number of parts with diagrams - explains erection procedures with diagrams. - explains the striking procedures with diagrams - explains repackaging procedures with diagrams - explains repair procedures diagrams as required - explains replacement parts, spare parts, available accessories - explains the care and use with cleaning and storage instructions - explains all safety related instructions 3. Safety and Health. The system shall have no uncontrolled safety or health hazards and shall conform to OSHA requirements, best commercial practices, and military standards when applicable. No part of the system shall introduce safety hazards to the soldiers who shall transport and use the system. This includes, but is not limited to, sharp or rough edges, pinch hazards or components that could swing out and strike a soldier. 4. Toxicity documents. All finishes and chemicals used to process the tent material shall be identified and accompanied by the appropriate Material Safety Data Sheet (MSDS) information. The use of chemicals recognized by the Environmental Protection Agency (EPA) as human carcinogens above 0.1% is prohibited. Material Safety Data Sheets indicating use of chemicals above 0.1% recognized by the EPA as human carcinogens or missing data sheets shall be recorded as a failure. 5. Maintainability. The system must be designed to be repairable by the user in the field. Any spare/repair parts for the system shall be identified and made available to the customer. 6. Identification. If applicable, the letters U. S. shall be permanently placed on the outside of the tent end and intermediate sections in a location that is always visible from ground level. These letters shall be 8 inches high. All separable fabric sections, transportation covers, andall support system sections shall be marked with the name of the component conforming tothe instruction label description, contractor's name, trade name, trademark or manufacturer's component part number and the contract number. Marks shall be permanent, legible, durable, and placed approximately in the center of the component. Packaging shall be in accordance with (IAW) ASTM-D-3951. Marking for shipment and storage shall be CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 16 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) IAW MIL-STD-129. 7. Instructions. Printed instructions for unpacking, erecting, striking, and repacking the system shall be permanently attached to the inside surface on the end wall inner door. The same printed instructions shall be permanently attached to the inside surface of the end fabric transport covers. The instructions shall include repacking instructions for putting the system back in the transport bags. As an alternate if covers are not included the instruction shall be packaged with the shelter. 8. Wind. The fully erect shelter must be capable of withstanding steady wind speeds to be vendor determined (TBVD). The objective must be able to withstand a steady wind speed of (TBVD) mph for thirty-minute duration with three occurrences of wind gusts to (TBVD mph occurring within the thirty-minute duration and resist intrusion of rain under the same conditions. Ground anchoring with standard pins at all high wind line locations and sand bag's stacked two high around the shelter on top of the perimeter sod cloth shall be used to secure the shelter if needed. 9. Natural weather events. The fully erect shelter must be able to withstand natural environmental effects (wind, rain, and snow), which may occur any time during the sheltertest process while the test item is allowed to remain erect overnight. The shelter shall be able to withstand a snow load of (TBVD) pounds per square foot for a minimum of 12 hours without sustaining damage that prevents the tent from being taken down or set up again. NOTE: TBVD = TO BE VENDOR DETERMINED Unless the solicitation states that a specific minimum requirement must be met, the term TBVD is being used to allow vendors to define the characteristics and features of their tent systems. This information will be used when competing orders to determine whether proposed items will meet the government's requirements. TRAILER PERFORMANCE CRITERIA If a support trailer(s) is included in the product line include the final test report that it underwent a safety and mobility testing at U.S. Military Test Center. Testing and the test report shall include a determination of any requirement for hearing conservation measure, the automotive stability and performance of each system as mobilized by an appropriate prime mover, consisting of quantitive braking, steering/handling, and gradeability testing; their ruggedness during ground and rail transportation; and an examination of the adequacy and strength of their lifting and tie-down provisions. At a minimum, the support trailer (if applicable) must have an instruction manual that: a. explains maintenance requirements with diagrams as needed b. explains the standard safety features c. explains repair procedures d. explains replacement parts, spare parts, available accessories e. If allowing for electrical wiring/outlets with surge suppressors (must meet UL and NEC standards if supplied) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 17 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) VERIFICATION Verification Methods. Acceptable verification methods include visual inspection, measurement, sample tests, full-scale demonstration tests, simulation, modeling, engineering evaluation, component properties analysis. Desired Testing, Evaluation and Final Test Reports shall be performed by U.S. Military Test Center. Contract may be awarded while testing and reporting period is being performed. The final test report shall be required prior to sale of any product to the government. Verification Alternatives. The contractor may propose alternative test methods, techniques or equipment including the application of statistical process control, tool control or cost-effective sampling procedures. Test data shall include detailed results of the tests for evaluation by the Government as well as a visual record of the test. Submissions of data, Product Specifications and Test Report Data on offered Products As applicable to the shelter type the following information shall be submitted for each end item shelter or part. A JPEG Format photo authorized for public release or distribution on DLA Websites shall be submitted for each end item shelter or part. The file name shall be the part number. The government intends to present the following detailed product description to the military customers. Submission of the following data for each end item shelter will be published in the DLA.MIL Websites • Electronic copies of these templates can be downloaded at: http://www.dla.mil/TroopSupport/ClothingandTextiles/tents.aspx C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (JUN 2020) C10 PLACEMENT OF TASK OR DELIVERY ORDERS AGAINST MULTIPLE INDEFINITE DELIVERY CONTRACTS (AUG 2017) (1) In accordance with FAR 52.216-27, Single or Multiple Awards, the Government may elect to award multiple contracts under this solicitation. The Government will evaluate proposals in accordance with evaluation provisions in Section M of this solicitation. In the event of multiple awards, the Government will use the same evaluation criteria to determine which proposals represent the best value to the Government. The contracting officer has the discretion to determine the exact number of awards, considering the cost to the Government to administer multiple awards, the recurring nature of the requirement, the need to increase the active production base, and the benefits that may be achieved through continued competition. (2) Task or delivery order placement procedure. (a) In the event of multiple awards, the contracting officer will consider each awardee for placement of individual task or delivery orders unless an exception at FAR 16.505(b)(2) applies. However, awardees subject to testing and approval requirements (e.g., first article testing) are not eligible to receive orders until testing requirements are satisfactorily completed. Failure to successfully complete required testing will constitute grounds for contract termination for default by the Government. (b) Unless stated otherwise in the contract or in the request for quotes for task or delivery orders under this contract, the following evaluation process will be used in awarding task or delivery orders. The criteria used for evaluating offers for task or delivery orders under this contract are price, past performance, and delivery. Price is of more important than Past Performance/Delivery importance than or to the other factors combined. Past performance will include performance on orders previously placed under the contract and may include performance under other contracts. In evaluating performance under previous orders, the contracting officer will consider delivery, quality of supplies or services furnished, and success in implementing any socioeconomic support programs that may be applicable to the contract. (3) Task and delivery order ombudsman. In accordance with FAR 16.505(b)(8), the competition advocate will address complaints or questions regarding the placement of individual task or delivery orders. Address correspondence to the appropriate supply chain listed below: http://www.dla.mil/TroopSupport/ClothingandTextiles/tents.aspx http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/16.htm CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 18 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION C - SPECIFICATIONS/SOW/SOO/ORD (CONTINUED) For DLA Aviation: DLA Aviation Competition Advocate, BPP 8000 Jefferson Davis Highway Richmond, Virginia 23297-5124 For DLA Troop Support's construction and equipment, clothing and textile, subsistence, and medical supply chains: DLA Troop Support Competition Advocate, BPA 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 For DLA Land and Maritime: DLA Land and Maritime Competition Advocate Post Office (P.O.) Box 3990 Columbus, Ohio 43218-3990 SECTION D - PACKAGING AND MARKING 252.211-7006 PASSIVE RADIO FREQUENCY IDENTIFICATION (DEC 2019) DFARS (a) Definitions. As used in this clause -- “Advance shipment notice” means an electronic notification used to list the contents of a shipment of goods as well as additional information relating to the shipment, such as passive radio frequency identification (RFID) or item unique identification (IUID) information, order information, product description, physical characteristics, type of packaging, marking, carrier information, and configuration of goods within the transportation equipment. “Bulk commodities” means the following commodities, when shipped in rail tank cars, tanker trucks, trailers, other bulk wheeled conveyances, or pipelines: (1) Sand. (2) Gravel. (3) Bulk liquids (water, chemicals, or petroleum products). (4) Ready-mix concrete or similar construction materials. (5) Coal or combustibles such as firewood. (6) Agricultural products such as seeds, grains, or animal feed. “Case” means either a MIL-STD-129 defined exterior container within a palletized unit load or a MIL-STD-129 defined individual shipping container. “Electronic Product Code™ (EPC)” means an identification scheme for universally identifying physical objects via RFID tags and other means. The standardized EPC data consists of an EPC (or EPC identifier) that uniquely identifies an individual object, as well as an optional filter value when judged to be necessary to enable effective and efficient reading of the EPC tags. In addition to this standardized data, certain classes of EPC tags will allow user-defined data. The EPC Tag Data Standards will define the length and position of this data, without defining its content. “EPCglobal®” means a subscriber-driven organization comprised of industry leaders and organizations focused on creating global standards for the adoption of passive RFID technology. “Exterior container” means a MIL-STD-129 defined container, bundle, or assembly that is sufficient by reason of material, design, and construction to protect unit packs and intermediate containers and their contents during shipment and storage. It can be a unit pack or a container with a combination of unit packs or intermediate containers. An exterior container may or may not be used as a shipping container. “Palletized unit load” means a MIL-STD-129 defined quantity of items, packed or unpacked, arranged on a pallet in a specified manner and secured, strapped, or fastened on the pallet so that the whole palletized load is handled as a single unit. A palletized or skidded load is not considered to be a shipping container. A loaded 463L System pallet is not considered to be a palletized unit load. Refer to the Defense Transportation Regulation, DoD 4500.9-R, Part II, Chapter 203, for marking of 463L System pallets. “Passive RFID tag” means a tag that reflects energy from the reader/interrogator or that receives and temporarily stores a small amount of energy from the reader/interrogator signal in order to generate the tag response. The only acceptable tags are EPC Class 1 passive RFID tags that meet the EPCglobal™ Class 1 Generation 2 standard. “Radio frequency identification (RFID)” means an automatic identification and data capture technology comprising one or more reader/ interrogators and one or more radio frequency transponders in which data transfer is achieved by means of suitably modulated inductive or radiating electromagnetic carriers. “Shipping container” means a MIL-STD-129 defined exterior container that meets carrier regulations and is of sufficient strength, by reason of CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 19 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION D - PACKAGING AND MARKING (CONTINUED) material, design, and construction, to be shipped safely without further packing (e.g., wooden boxes or crates, fiber and metal drums, and corrugated and solid fiberboard boxes). (b)(1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall affix passive RFID tags, at the case- and palletized-unit- load packaging levels, for shipments of items that -- (i) Are in any of the following classes of supply, as defined in DoD Manual 4140.01, Volume 6, DoD Supply Chain Materiel Management Procedures: Materiel Returns, Retention, and Disposition: (A) Subclass of Class I - Packaged operational rations. (B) Class II - Clothing, individual equipment, tentage, organizational tool kits, hand tools, and administrative and housekeeping supplies and equipment. (C) Class IIIP - Packaged petroleum, lubricants, oils, preservatives, chemicals, and additives. (D) Class IV - Construction and barrier materials. (E) Class VI - Personal demand items (non-military sales items). (F) Subclass of Class VIII - Medical materials (excluding pharmaceuticals, biologicals, and reagents - suppliers should limit the mixing of excluded and non-excluded materials). (G) Class IX - Repair parts and components including kits, assemblies and subassemblies, reparable and consumable items required for maintenance support of all equipment, excluding medical-peculiar repair parts; and (ii) Are being shipped to one of the locations listed at https://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html or to -- (A) A location outside the contiguous United States when the shipment has been assigned Transportation Priority 1, or to -- (B) The following location(s) deemed necessary by the requiring activity: Contract Line, Subline, or Exhibit Line Item Number Location Name City State DoDAAC (2) The following are excluded from the requirements of paragraph (b)(1) of this clause: (i) Shipments of bulk commodities. (ii) Shipments to locations other than Defense Distribution Depots when the contract includes the clause at FAR 52.213-1, Fast Payment Procedures. (c) The Contractor shall -- (1) Ensure that the data encoded on each passive RFID tag are globally unique (i.e., the tag ID is never repeated across two or more RFID tags and conforms to the requirements in paragraph (d) of this clause; (2) Use passive tags that are readable; and (3) Ensure that the passive tag is affixed at the appropriate location on the specific level of packaging, in accordance with MIL-STD-129 (Section 4.9.2) tag placement specifications. (d) Data syntax and standards. The Contractor shall encode an approved RFID tag using the instructions provided in the EPC™ Tag Data Standards in effect at the time of contract award. The EPC™ Tag Data Standards are available at http://www.gs1.org/epc-rfid. (1) If the Contractor is an EPCglobal™ subscriber and possesses a unique EPC™ company prefix, the Contractor may use any of the identifiers and encoding instructions described in the most recent EPC™ Tag Data Standards document to encode tags. (2) If the Contractor chooses to employ the DoD identifier, the Contractor shall use its previously assigned Commercial and Government Entity (CAGE) code and shall encode the tags in accordance with the tag identifier details located in the DoD Suppliers' Passive RFID Information Guide at http://www.acq.osd.mil/log/sci/ait.html. If the Contractor uses a third-party packaging house to encode its tags, the CAGE code of the third-party packaging house is acceptable. (3) Regardless of the selected encoding scheme, the Contractor with which the Department holds the contract is responsible for ensuring that the tag ID encoded on each passive RFID tag is globally unique, per the requirements in paragraph (c)(1). (e) Advance shipment notice. The Contractor shall use Wide Area WorkFlow (WAWF), as required by DFARS 252.232-7003, Electronic Submission of Payment Requests, to electronically submit advance shipment notice(s) with the RFID tag ID(s) (specified in paragraph (d) of this clause) in advance of the shipment in accordance with the procedures at https://wawf.eb.mil/. (End of clause) SECTION E - INSPECTION AND ACCEPTANCE https://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html http://www.gs1.org/epc-rfid http://www.acq.osd.mil/log/sci/ait.html https://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm https://wawf.eb.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 20 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION E - INSPECTION AND ACCEPTANCE (CONTINUED) 52.246-2 INSPECTION OF SUPPLIES FIXED PRICE (AUG 1996) FAR 52.246-15 CERTIFICATE OF CONFORMANCE (APR 1984) FAR (a) When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Government's right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred. (b) The Contractor's signed certificate shall be attached to or included on the top copy of the inspection or receiving report distributed to the payment office or attached to the CAO copy when contract administration (Block 10 of the DD Form 250) is performed by the Defense Contract Administration Services. In addition, a copy of the signed certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment. (c) The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractor's expense. (d) The certificate shall read as follows: “I certify that on , the furnished the supplies or services called for by Contract No. via on in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this or on the attached acceptance document.” Date of Execution: Signature: Title: (End of clause) E06 INSPECTION AND ACCEPTANCE AT SOURCE (JUN 2018) Inspection and acceptance are at source. The place of acceptance is the location where the Government conducts the last inspection before shipment, unless the contractor indicated a different physical location for acceptance below. The contractor shall indicate the location where supplies will be inspected, if different from the production location: Commercial and Government Entity (CAGE) code: Address: Applicable to contract line item numbers(s) (CLIN(s)): The contractor shall indicate the location where packaging will be inspected, if different from the production location: [ ] Same as for supplies OR CAGE code: Address: Applicable to CLIN(s): The contractor shall indicate the location where supplies will be accepted, if different from the inspection location: Commercial and Government Entity (CAGE) code: Address: Applicable to contract line item numbers(s) (CLIN(s)): SECTION F - DELIVERIES OR PERFORMANCE 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEP 1989) FAR 52.242-15 STOP-WORK ORDER (AUG 1989) FAR 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) FAR CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 21 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION F - DELIVERIES OR PERFORMANCE (CONTINUED) 52.247-29 F.O.B. ORIGIN (FEB 2006) FAR 52.247-60 GUARANTEED SHIPPING CHARACTERISTICS (JAN 2017) FAR (a) The offeror is requested to complete paragraph (a)(1) of this clause, for each part or component which is packed or packaged separately. This information will be used to determine transportation costs for evaluation purposes. If the offeror does not furnish sufficient data in paragraph (a)(1) of this clause, to permit determination by the Government of the item shipping costs, evaluation will be based on the shipping characteristics submitted by the offeror whose offer produces the highest transportation costs or in the absence thereof, by the Contracting Officer's best estimate of the actual transportation costs. If the item shipping costs, based on the actual shipping characteristics, exceed the item shipping costs used for evaluation purposes, the Contractor agrees that the contract price shall be reduced by an amount equal to the difference between the transportation costs actually incurred, and the costs which would have been incurred if the evaluated shipping characteristics had been accurate. (1) To be completed by the offeror: (i) Type of container: Wood Box [ ] Fiber Box [ ], Barrel [ ], Reel [ ], Drum [ ], Other (Specify) ; (ii) Shipping configuration: Knocked-down [ ], Set-up [ ], Nested [ ], Other (specify) ; (iii) Size of container: ” (Length), × ” (Width), × ” (Height) = Cubic Ft; (iv) Number of items per container each; (v) Gross weight of container and contents Lbs; (vi) Palletized/skidded [ ] Yes [ ] No; (vii) Number of containers per pallet/skid ; (viii) Weight of empty pallet bottom/skid and sides Lbs; (ix) Size of pallet/skid and contents Lbs Cube ; (x) Number of containers or pallets/skids per railcar * (A) Size of railcar (B) Type of railcar (xi) Number of containers or pallets/skids per trailer * (A) Size of trailer Ft (B) Type of trailer * Number of complete units (line item) to be shipped in carrier's equipment. (2) To be completed by the Government after evaluation but before contract award: (i) Rate used in evaluation ; (ii) Tender/Tariff ; (iii) Item . (b) The guaranteed shipping characteristics requested in paragraph (a)(1) of this clause do not establish actual transportation requirements, which are specified elsewhere in this solicitation. The guaranteed shipping characteristics will be used only for the purpose of evaluating offers and establishing any liability of the successful offeror for increased transportation costs resulting from actual shipping characteristics which differ from those used for evaluation in accordance with paragraph (a) of this clause. (End of clause) SECTION I - CONTRACT CLAUSES 252.215-7010 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (DEVIATION 2020-O0020) (AUG 2020) (a) Definitions. As used in this provision -- “Market prices” means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors. “Non-Government sales” means sales of the supplies or services to non-Governmental entities for purposes other than governmental purposes. “Relevant sales data” means information provided by an offeror on sales of the same or similar items that can be used to establish price reasonableness taking into consideration the age, volume, and nature of the transactions (including any related discounts, refunds, rebates, offsets, or other adjustments). CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 22 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION I - CONTRACT CLAUSES (CONTINUED) “Sufficient non-Government sales” means relevant sales data that reflects market pricing and contains enough information to make adjustments covered by FAR 15.404-1(b)(2)(ii)(B). “Uncertified cost data” means the subset of “data other than certified cost or pricing data” (see FAR 2.101) that relates to cost. (b) Exceptions from certified cost or pricing data. (1) In lieu of submitting certified cost or pricing data, the Offeror may submit a written request for exception by submitting the information described in paragraphs (b)(1)(i) and (ii) of this provision. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted and whether the price is fair and reasonable. (i) Exception for price set by law or regulation - Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. (ii) Commercial item exception. For a commercial item exception, the Offeror shall submit, at a minimum, information that is adequate for evaluating the reasonableness of the price for this acquisition, including prices at which the same item or similar items have been sold in the commercial market. Such information shall include -- (A) For items previously determined to be commercial, the contract number and military department, defense agency, or other DoD component that rendered such determination, and if available, a Government point of contact; (B) For items priced based on a catalog -- (1) A copy of or identification of the Offeror's current catalog showing the price for that item; and (2) If the catalog pricing provided with this proposal is not consistent with all relevant sales data, a detailed description of differences or inconsistencies between or among the relevant sales data, the proposed price, and the catalog price (including any related discounts, refunds, rebates, offsets, or other adjustments); (C) For items priced based on market pricing, a description of the nature of the commercial market, the methodology used to establish a market price, and all relevant sales data. The description shall be adequate to permit DoD to verify the accuracy of the description; (D) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item; or (E) For items provided by nontraditional defense contractors, a statement that the entity is not currently performing and has not performed, for at least the 1-year period preceding the solicitation of sources by DoD for the procurement or transaction, any contract or subcontract for DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. 1502 and the regulations implementing such section. (2) The Offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and to determine the reasonableness of price. (c) Requirements for certified cost or pricing data. This acquisition is accomplished under the authority of section 890 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019 (Pub. L. 115-232), as amended by section 825 of the NDAA for FY 2020 (Pub. L. 116-92). The intent of this pilot program is to test the efficacy of basing price reasonableness determinations primarily on actual costs of performance for prior purchases of the same or similar products for the Department of Defense. If the Offeror is not granted an exception from the requirement to submit certified cost or pricing data, the following applies: (1) In lieu of providing complete cost or pricing data, as defined in FAR 2.101, the Offeror shall submit a subset of cost or pricing data and supporting attachments as follows: [ .] (2)(i) As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as letter contracts), the Offeror shall submit a Certificate of Current Cost or Pricing Data, using the following language: Certificate of Current Cost or Pricing Data for Acquisitions Accomplished under the Authority of Section 890 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019, as amended by Section 825 of the NDAA for FY 2020 This is to certify that, to the best of my knowledge and belief, the cost or pricing data required by the provision at 252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (DEVIATION 2020-O0020) of the Request for Proposal for this action, and submitted either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's Representative in support of * are accurate, complete, and current as of **. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the Offeror and the Government that are part of the proposal. Firm Signature Name Title Date of execution*** * Identify the proposal involved, giving the appropriate identifying number (e.g., RFP No.). CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 23 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION I - CONTRACT CLAUSES (CONTINUED) ** Insert the day, month, and year when price negotiations were concluded and price agreement was reached or, if applicable, an earlier date agreed upon between the parties that is as close as practicable to the date of agreement on price. ***Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. (ii) The certificate does not constitute a representation as to the accuracy of the Offeror's judgment on the estimate of future costs or projections. It applies to the data upon which the judgment or estimate was based. This distinction between fact and judgment should be clearly understood. With respect to the certified cost or pricing data required by paragraphs (c)(1) or (e) of this provision (as revised by solicitation amendment, if applicable), if the Offeror had information reasonably available at the time of agreement showing that the negotiated price was not based on accurate, complete, and current data, the Offeror's responsibility is not limited by any lack of personal knowledge of the information on the part of its negotiators. (iii) The Contracting Officer and Offeror are encouraged to reach a prior agreement on criteria for establishing closing or cutoff dates when appropriate in order to minimize delays associated with proposal updates. Closing or cutoff dates applicable to the certified cost or pricing data required by paragraphs (c)(1) or (e) of this provision should be included as part of the data submitted with the proposal and, before agreement on price, data should be updated by the contractor to the latest closing or cutoff dates for which the data are available. Use of cutoff dates coinciding with reports is acceptable, as certain data may not be reasonably available before normal periodic closing dates (e.g., actual indirect costs). Data within the Offeror's or a subcontractor's organization on matters significant to contractor management and to the Government will be treated as reasonably available, if that data was required to be submitted by paragraph (c) (1) or (e) of this provision. What is significant depends upon the circumstances of each acquisition. (iv) Possession of a Certificate of Current Cost or Pricing Data is not a substitute for examining and analyzing the Offeror's proposal. (v) If certified cost or pricing data are requested by the Government and submitted by the Offeror, but an exception is later found to apply, the data shall not be considered certified cost or pricing data and shall not be certified in accordance with this subsection. (3) The Offeror is responsible for determining whether a subcontractor qualifies for an exception from the requirement for submission of certified cost or pricing data on the basis of adequate price competition, i.e., two or more responsible offerors, competing independently, submit priced offers that satisfy the Government's expressed requirement in accordance with FAR 15.403-1(c)(1). (d) Requirements for data other than certified cost or pricing data. (1) Data other than certified cost or pricing data submitted in accordance with this provision shall include all data necessary to permit a determination that the proposed price is fair and reasonable, to include the requirements in DFARS 215.402(a)(i) and 215.404-1(b). (2) In cases in which uncertified cost data is required, the information shall be provided in the form in which it is regularly maintained by the Offeror or prospective subcontractor in its business operations. (3) The Offeror shall provide information described as follows: [Insert description of the data and the format that are required, including access to records necessary to permit an adequate evaluation of the proposed price in accordance with FAR 15.403-3]. (4) Within 10 days of a written request from the Contracting Officer for additional information to support proposal analysis, the Offeror shall provide either the requested information, or a written explanation for the inability to fully comply. (5) Subcontract price evaluation. (i) The Offeror shall obtain from subcontractors the minimum information necessary to support a determination of price reasonableness, as described in FAR part 15 and DFARS part 215. (ii) No cost information may be required from a prospective subcontractor in any case in which there are sufficient non-Government sales of the same item to establish reasonableness of price. (iii) If the Offeror relies on relevant sales data for similar items to determine the price is reasonable, the Offeror shall obtain only that technical information necessary -- (A) To support the conclusion that items are technically similar; and (B) To explain any technical differences that account for variances between the proposed prices and the sales data presented, but excluding paragraph (c), in all subcontracts exceeding the simplified acquisition threshold defined in FAR part 2. (e) Subcontracts. (1) For subcontracts above the threshold for submission of certified cost or pricing data in FAR 15.403-4 to which the authority of the Section 890 pilot has been flowed down, in lieu of the requirements in paragraphs (a) and (b) of the clause at 52.215-12, Subcontractor Certified Cost or Pricing Data, of this solicitation, the Offeror shall require the subcontractor to submit a subset of cost or pricing data (actually or by specific identification in writing) as follows: (i)(A) [Contracting Officer shall add paragraphs as necessary to identify each first-tier subcontract to which the authority of the Section 890 pilot has been flowed down, and the specific certified cost or pricing data required for each subcontract. Contracting Officer shall list the specific cost or pricing data deemed necessary to determine that the price is fair and reasonable for each subcontract, and describe the required submission format for each type of data. The type and extent of data required may differ based on the dollar value of the subcontract proposal, or other appropriate considerations. At a minimum, the Contracting Officer shall identify the specific prior subcontracts awarded in support of the DoD purchases of the same or similar products for which the subcontractor is required to submit the actual cost of performance. The Contracting Officer shall specify whether the authority of the Section 890 pilot is further flowed down to any lower-tier subcontract pertaining to each first-tier subcontract. Where the pilot authority is flowed down to lower-tier subcontracts, https://www.acq.osd.mil/dpap/dars/dfars/html/current/215_4.htm https://www.acq.osd.mil/dpap/dars/dfars/html/current/215_4.htm CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 24 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION I - CONTRACT CLAUSES (CONTINUED) the Contracting Officer shall describe the specific certified cost or pricing data that is to be provided by each affected lower-tier subcontractor. The subcontractor and lower tier subcontractors to which the pilot authority is flowed down are not required to submit certified cost or pricing data that is not listed within this provision. If the Contracting Officer finds that additional certified cost or pricing data are needed in order to determine that the price is fair and reasonable, the Contracting Officer shall issue an amendment to the solicitation, revising this paragraph as needed to require the submission of the additional data.] (ii) In the event a subcontractor denies the Offeror access to the data described in paragraph (e)(1)(i) of this provision, the data may be provided directly to the Contracting Officer. (iii) If a subcontractor is unable to provide the extent of historical actual cost experience required by paragraph (e)(1)(i), then the Offeror shall require the subcontractor to provide certified cost or pricing data in accordance with paragraph (e)(2) of this clause. (iv) The Offeror shall require the subcontractor to certify in substantially the form prescribed in paragraph (c)(2) of this provision that, to the best of its knowledge and belief, the data submitted under paragraph (e)(1)(i) of this provision were accurate, complete, and current as of the date of agreement on the negotiated price of the subcontract. (2) For subcontracts above the threshold for submission of certified cost or pricing data in FAR 15.403-4 to which the authority of the Section 890 pilot has not been flowed down, the Offeror shall require the subcontractor to provide certified cost or pricing data in accordance with the clause at 52.215-12, Subcontractor Certified Cost or Pricing Data, of this solicitation and shall require the subcontractor to certify in substantially the form prescribed in FAR 15.406-2 that, to the best of its knowledge and belief, the data submitted under paragraph (a) of the clause at 52.215-12 were accurate, complete, and current as of the date of agreement on the negotiated price of the subcontract. (End of provision) 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2021) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021) FAR The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (a) Definitions. As used in this provision -- Covered telecommunications equipment or services has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. Forced or indentured child labor means all work or service -- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except -- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 25 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION I - CONTRACT CLAUSES (CONTINUED) (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Reasonable inquiry has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil- related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate -- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology -- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically -- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern -- (1) Means a small business concern -- (i) Not less than 51 percent of which is owned by one or more service --disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U. S.C. 101(16). Small business concern -- (1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and size standards in this solicitation. (2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that -- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by -- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned -- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 26 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION I - CONTRACT CLAUSES (CONTINUED) (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Veteran-owned small business concern means a small business concern -- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. Women-owned small business concern means a small business concern -- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that -- (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: .] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 27 OF 56 PAGES CONTINUED ON NEXT PAGE SPE1C1-22-R-0069 SECTION I - CONTRACT CLAUSES (CONTINUED) signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that -- (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: .] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that -- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: .] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that -- (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously ha

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

81--Containers IST - Philadelphia

Due: 03 May, 2024 (in 5 days)Agency: DEPT OF DEFENSE

TRANSITIONAL HOUSING FOR HOMELESS VETERANS - PITTSBURGH VA

Due: 31 Jul, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

TENTAGE & SHELTERS IST - PHILADELPHIA

Due: 25 May, 2026 (in about 2 years)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.