Uniform Tender Results

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n711.5|eg8|7176052462|scott.coy1@navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|tbd| wide Area Workflow Payment Instructions (dec 2018)|16|combo||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (mar 2022))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (jan 2022)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| please Quote A Firm Fixed Price For The Procurement Of These Items. do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material. please Verify: 1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012. 2. Procurement Acquisition Lead Time (palt) second Page:all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Drive,encoder . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Drive,encoder Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;58022 575188; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria: Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items. Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably. 3.5 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 3.6 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 6.1.1 If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Philadelphia, Pa. 19111 Attn: Dodssp requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navsup-wss-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Navsup Weapon Systems Support Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss-mech. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Contract Date15 Aug 2022
Contract AmountUSD 674.1 K 

DEFENSE HEALTH AGENCY DHA USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Description: [x].3 Use Of Former Dod/defense Health Agency (dha) Employees And Uniformed service Members In Proposal
Contract Date24 Sep 2024
Contract AmountUSD 251.1 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n711.8|eg8|n/a|carin.hoover@navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (dec 2018)|16|tbd|tbd|tbd|n00104|tbd|tbd|w25g1u And W62g2t|tbd|||tbd|||||carin.hoover@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (mar 2022))|3|||| estimate Of Percentage Of Recovered Material Content For Epa Designated Items (may 2008))|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|x|x|x|||x|x||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (jan 2022)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Solicitation Is Being Issued Under Far 18.2 Emergency Acquisition Authority (eaa, Formerly Sepa) all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. in Accordance With Dfars 217.7301, Contractors Shall Identify Their Sources Ofsupply In Contracts For Supplies. If The Product Currently Being Procured Is Anon-value Added Product, Please Provide: actual Manufacturer: cagecode: address: note To Distributors: if You Are A Distributor, Your Quotation Must Be Accompanied With A Letter Fromthe Actual Manufacturer Indicating That You Are An "authorized" Distributor. traceability Is Required From The Oem To Your Company. At A Minimum This Must Include The Product Description, Part Number/nsn, Manufacturing Source,manufacturing Source's Cage Code, And Clear Identification Of The Name Andlocation Of All Supply Chain intermediaries Between The Manufacturer, To Thecontractor, To What Would Be Acceptance By The Government. inspection And Acceptance (i/a) At Source Is Required. Inspection Andacceptance At Destination Is Not Authorized And Will Not Be Accepted. if I/a Are Not Completed As Stated Prior To Shipment, The Contractor Will Be Held Responsible For Returning The Material, At The Contractor's Expense, Tothe Above Location So That Inspection And Acceptance Can Be Completed. Ifinspection And Acceptance Are Not completed As Stated, Payment Will Not Beprocessed And The Order/contract May Be Cancelled Or Terminated For Default. source Inspection And Acceptance: Cage _(enter Cage)____ packaging, Final Inspection & Acceptance: Cage (enter Cage)_____ fob Source Required. contract Distribution it Is Recommended That Vendors Provide Contact Information To Navsup Wss Mechanicsburg In Order To Receive Automated Notifications From Navy Electroniccommerce Online (neco) When Contracts / Modifications Are Issued And Posted Oneda. To Receive These notifications, Contact: Navsup Wss Code 025,procurement Systems Design And Contract Support Division Via Email Atnavsupwssitimphelpdesk@navy.mil. Please Include The Following Information Withyour Request: Cage Code, Company Name And Address And Poc With Phone N numberand Email Address. contractors Can View Their Orders, Contracts And Modifications At Theelectronic Document Access (eda) Web Tool. This Web Tool Is Located At Thewide Area Workflow (wawf) Web Site. It Is Recommended That Contractorsregister For Eda At: Https://wawf.eb.mil/. click On New User Andregistration. the Offeror, By Submission Of Its Quotation, Represents The Following, If Dfarsclause 252.204-7012, Safeguarding Covered Defense Information And Cyberincident Reporting, Applies - (1) In Accordance With Dfars Provision 252.204-7019, It Has Implemented Thenist Sp 800-171 Security Requirements For Its Information Systems; And (2) Its Summary Level Scores Are Posted In The Supplier Performance Risk System(sprs) (https://www.sprs.csd.disa.mil/) In Accordance With Paragraph (d) Ofdfars Clause 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements. failure To Comply May Result In Being Unable To Award To The Offeror. please Note : Resulting Award Will Be Issued Bilaterally. poc: Carin A Hoover, Carin.hoover@navy.mil. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Combiner . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Combiner Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;58022 575004; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 3.5 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 3.6 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria: Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items. Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably. 3.7 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Visual, Dimensional, Mechanical Examination - Each Combiner Shall Be 100% Inspected In Accordance With ;58022 575004; . 4.5 Electrical Performance Test - Each Combiner Shall Be 100% Tested In Accordance With ;58022 575004; . 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
Contract Date8 Sep 2022
Contract AmountUSD 524.9 K 

DEFENSE LOGISTICS AGENCY DLA USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| time Of Delivery (june 1997)|20|0001aa|all|365 Days After Fat Approval |0001ab|1 Lo|120 Days Ado If Required||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)||tbd|tbd|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|one Year After Date Of Delivery|45 Days After Discovery Of Defect||||| small Business Subcontracting Plan (nov 2021)|4||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (feb 2019)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| limitation Of Liability--high-value Items (feb 1997)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American--balance Of Payments Program (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2022)|13|332439|500|||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||| this Solicitation Is Hereby Extended Until 5 April 2022. this Item Requires Engineering Source Approval By The Design Activity In Order To Maintain The Quality Of The Part. If You Have Not Manufactured This Item Before For Dla Aviation Philadelphia And Want To Become An Approved Source Of Supply, Please See The Source approval Information Brochure For Spares At The Following Link: Https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/sar%20brochure%208july2016_0.pdf offers Shall Include Pricing For Both First Article Test (fat) Waived And Fat Required, If Applicable. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;827e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=827e001 |05259| -| |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;buyer On Page 1 Of Contract; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. contact Code ;buyer On Page One Of Contract; Or Code N241.10 To Arrange For First Article Test Location when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. 3.3 Surface Finishing. All Containers Shall Be Glass Bead Blasted On Exterior Surfaces Only To Provide A Uniform Matte Finish That Will Hide Minor Surface Imperfections, Such As Scratches, Weld Irregularities, Etc. Size #8 Glass Beads Per Mil-g-9954 Shall Be used With Direct Air Pressure Ranging From 50 To 70 Psig. A Separator Shall Be Used To Provide A Reclaim Efficiency Of 90%, I.e., A Minimum Of 90% By Weight Of The Original Sized Material Shall Be In The Reclaim. The Glass Bead Media Shall Be Maintained In A condition Free From Contamination With Other Metals, I.e., The Media Shall Not Have Been Used To Blast Equipment Containing Other Metals Or Alloys. 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;to Drawing (05259) 827e001 And Sub-drawings Is Applicable; 4.1.2 Requirements Of: ;to Drawing (05259) 827e001 And Sub-drawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies.; 4.1.6 Compliance With Drawing ( ;05259; ) ;827e001; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;827e001; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;buyer On Page 1 Of Contract; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;60; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ production Drop Test To Be Performed On 100% Of Production. Drop Test To Consist Of 18 Inch Free Fall Drop Without Dummy Load On To A Concrete Surface. Container To Be Inspected Before And After Drop Test By Local Qar(with Consultation With Navsup wss). Excessive Damage Will Be Cause For Rejection (i.e More Than 3 Broken Rivets). The Government Reserves The Right To Perform Fit And Function Tests If Deemed Warrented. all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Contract Date9 May 2022
Contract AmountUSD 737.5 K 

Dept Of Defense Tender Result

Result Stage: Awarded  (AOC Available)
United States
Combined Synopsis/solicitation this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Enclosure Is An Addendum To Far Provision 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services, Which Applies To This Acquisition. competitive Quotes Are Being Requested Under Request For Quote (rfq) Number Ht941023q0005rev. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 812320 Drycleaning And Laundry Services And The Small Business Size Standard Is $8.0m (millions Of Dollars). This Procurement Is An Unrestricted Action. It Is The Contractor’s Responsibility To Be Familiar With The Applicable Clauses And Provisions. description Of Requirements the Government Is Seeking To Acquire Clinical Laundry Services. The Contractor Will Provide Linens With Pick-up/deliveries Occurring Once A Week.  The Linens Will Be Provided On A “par Level” Basis.  Additionally, The Government Utilizes Customer Owned Garments (cog’s) In The Form Of Scrubs Which Will Be Included In The Weekly Pick-up/delivery And Laundered On A “per Piece” Basis. To Be Considered Acceptable And Eligible For Award, Quotes Must Provide All The Items And Quantities Listed Below. The Government Will Not Consider Quotes Or Offers For Partial Items Or Quantities. Anticipated Contract Line Items Are As Follows: item No. / Description / Quantity / Unit contractor Provided Items 0001 Flat Sheet 7800 Each Per Year (150 Weekly Par Level) 0002 Pillowcase 5200 Each Per Year (100 Weekly Par Level) 0003 Doctor Towel 5200 Each Per Year (100 Weekly Par Level) 0004 Bath Towel 5200 Each Per Year (100 Weekly Par Level) 0005 Patient Gown 2600 Each Per Year (50 Weekly Par Level) 0006 Bath/thermal Blanket 1040 Each Per Year (20 Weekly Par Level) customer Owned Garments 0007 Scrub Top 5200 Each Per Year (100 Weekly Par Level) 0008 Scrub Bottom 3900 Each Per Year (75 Weekly Par Level) period Of Performance:  base Year:        2 July 2023 To 1 July 2024 option Year 1:  2 July 2024 To 1 July 2025 option Year 2:  2 July 2025 To 1 July 2026 option Year 3:  2 July 2026 To 1 July 2027 option Year 4:  2 July 2027 To 1 July 2028 delivery/acceptance Location Is: 30th Medical Group (mdg) 338 South Dakota Avenue, vandenberg Sfb, Ca 93437 government Is Seeking Free On Board (fob) Destination Pricing, Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. offeror Instructions the Government Intends To Award A Firm Fixed Price (ffp) Contract Resulting From This Solicitation To The responsible Offeror Whose Quotation Conforming To The Solicitation Most Advantageous To The Government, As Defined In The Evaluation Factors For Award Section Below. A Complete Quote Must Be Received For Consideration. Respond To Each Item Listed Below; If The Response Is “none” Or “not Applicable,” Explicitly State And Explain. A Complete Quote Includes A Response And Submission To Each Of The Following: general Information: quoter Business Name, Address, Cage And Duns Codes (ensure Representation And Certifications Are Up To Date In Sam.gov), Business Size And Type Of Small Business Based On Applicable Naics Code As Provided Above, Federal Tax Id, Primary Point Of Contract (to Include Telephone And E-mail Address). Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Items, Applies To This Acquisition. Quoter Must Include A Completed Copy Of This Provision With Quote. 2. Technical Documentation: a. Technical Approach Or Specifications: Quoters Are Encouraged To Submit Product manufacturer Specifications, Pictures, Brochures, Or And Other Pertinent Technical information Of The Quoted Items To Facilitate The Evaluation. The Information Provided should Address The Specification Requirements Of The Statement Of Requirements And Meet The Requirements/specifications As Defined Under The Technical Factor I Below. b. Sustainable Acquisitions Information And Certification: The Contractor Shall Comply with All Sustainable Acquisition Policies To Minimize The Government's environmental Impact And Deliver Community Benefits Through Better Selection And improved Usage Of Products And Services. In Accordance Far 23, Sustainable Acquisition policies Apply To Both Contracts For Supplies And Services That Require The Delivery, Use, Or furnishing Of Products/services To The Government. Indicate If Any The Following sustainable Acquisition Categories Apply To Any Products Or Services Proposed: Energy efficient, Water Efficient, Recycled, Bio-based, Environmentally Preferable, Non-ozone depleting Substances, Less Toxic And/or Less Ghgs. c. Authorized Source Confirmation: The Following Product Certification Statement below Applies And Each Offeror Must Submit Supporting Documentation, As Needed: to Be Considered For Award, The Offeror/contractor Is Required To Submit Documentation confirming That They Are An Authorized Source. An "authorized Source" Is Defined As The original Manufacturer, A Source With The Express Written Authority Of The Original manufacturer Or Current Design Activity, Or An Authorized Aftermarket Manufacturer. the Offeror Certifies That The Product(s) Being Delivered Are New And In Their Original packaging. The Subject Product(s) Are Eligible For All Manufacturer Warranties And Other ancillary Services Or Options Provided By The Original Manufacturers, Authorized Suppliers, or Suppliers That Obtain Parts From The Manufacturer Or Its Authorized Supplier. the Offeror Further Certifies That It Is Authorized By The Manufacturer To Sell The Product (s). The Offeror Is Required To Submit Documentation Identifying Its Supply Chain For The product(s). Within The Aforementioned Documentation, The Offeror Shall Also Identify The country Of Manufacture And Indicate One Of The Following, If Applicable: • Manufacturing Occurs In The U.s., But More Than 50% Of The Cost Of Components Is from Foreign/nonqualifying Country Content • Originally Foreign Manufactured Products Substantially Transformed In The United states Or A Designated Country the Offeror Assumes Responsibility For Authenticity. Costs Of Counterfeit Parts Are unallowable Unless The Conditions Set Forth In Dfars 231.205-71(b) Are Met. by Making An Offer, The Offeror Acknowledges That A Full Or Partial Termination For default/cause For Non-compliant Awarded Items May Occur If Any Of The Products Provided are Not Recognized Or Acknowledged By The Manufacturer As New Products Eligible For warranties And All Other Ancillary Services Or Options Provided By The Manufacturer, Or the Offeror Was Not Authorized By The Manufacturer To Sell The Product In The U.s. 3. Price Quote: Submit Complete Pricing For Each Individual Item Listed In the "description Of Requirements" Section Above To Include The Unit Of Issue, The extended Price For Each Line Item And A Total Price In Us Dollars ($). Note: Ensure Fob destination Shipping Costs Are Included In The Pricing. 4. Commercial Warranty: If Available, Provide The Terms And Length Of The workmanship And/or Manufacturer Warranty On The Product(s) And/or Services Proposed included In The Proposed Purchase Price. evaluation Factors For Award: basis For Award: The Government Intends To Award A Contract To The Most Advantageous Offer, Price, Technical, And Past Performance Combined, Who Is Registered In The System For Award Management (sam); However, The Government Reserves The Right To Award No Contract At All, Depending On The Quality Of Quotes Submitted And Availability Of Funds. An Offer Will Be Considered Non-responsive If Technical Acceptability Is Not Met. Completion Of Applicable Provisions Is Required Prior To Award. Quoter Refusal To Complete Required Provisions Will Make That Quoter Ineligible For Award. Technical Acceptability Is Defined In Factor I Below. factor I – Technical: The Government Will Evaluate The Quote To Determine If The Following Products And Service Requirements Are Met In Accordance With The Statement Of Work (sow) To Include All Information Required For A Complete Quote As Defined In Paragraph 2 Above. factor Ii – Past Performance: The Basis For Award Will Consider The Supplier's Past Performance Data In The Supplier Performance Risk System (sprs) For The Fsc And Psc Of The Supplies Being Purchased (see Dfars 213.106-2(b)(i)). The Psc For This Procurement Is S209, Housekeeping Laundry/dry Cleaning. factor Iii – Price: The Government Will Evaluate The Total Price To Determine If It Is Fair And Reasonable. The Price Quote Shall Include A Unit Price For Each Item And A Total Firm-fixed Price For All Line Items. The Total Firm-fixed-price Shall Include All Applicable Taxes, Shipping, And Handling Costs To The Shipping Address Listed Above As Outlined In Paragraph 3 Above. notice: Any Offer Rated “unacceptable” Under Any One Of The Above Factors May Be Determined To Be Ineligible For Contract Award. due Date And Submission Information eligible Offerors: All Offerors Must Have A Completed Registration In The System For Award Management (sam) Website Prior To Award Of Contract. Information Can Be Found At Https://www.sam.gov/. Complete Sam Registration Means Offerors Shall Have Registered Cage And Duns Codes. page Limitations: Ensure To Stay Within The Page Limitation To 2mb. formatting Requirements: Submit Quotes In Electronic Pdf Or Excel Format; And Text Shall Be Formatted On An 8 ½ By 11 Inch Page In 12 Point Times New Roman Font. questions Due Date And Submission Requirements: All Questions Must Be Received Before 30 May 2023 At 2:00 Pm, Pacific Time. Questions Must Be Submitted By Email To Merlinda.m.labaco.civ@health.mil Include Rfq# Ht941023q0005rev On The Subject Line In All Inquiries. Questions May Be Addressed At The Discretion Of The Government. rfq Due Date And Submission Requirements: This Rfq Closes On 5 Jun 2023 At 2:00 Pm, Pacific Time. Quotes Must Be Submitted By Email To Merlinda.m.labaco.civ@health.mil  Include Rfq# Ht941023q0005rev On The Subject Line. applicable Provisions And Clauses   this Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2023-02 Effective 20230316 And Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice (dpn) 20230322. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses Can Be Accessed In Full Text At Https://www.acquisition.gov/content/regulations the Current Version Of The Following Far, Dfars, And Dha Provisions (as Of The Date Of This Rfq) incorporated By Reference, Apply To This Acquisition 52.204-7, System For Award Management (october 2018) 52.204-16, Commercial And Government Entity Code Reporting (august 2020) 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26, Covered Telecommunications Equipment Or Services- Representation (oct 2020) 52.212-1, Instructions To Offers – Commercial Items (nov 2021) 52.212-2 Evaluation- Commercial Items (nov 2021) 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services (may 2022) 52.212-3, Alternate 1, Offer Representation And Certifications – Commercial Items (may 2022) 52.217-5 Evaluation Of Options (jul 1990) 52.219-1 Small Business Program Representations (mar 2023) 52.226-3 Disaster Or Emergency Area Representation (nov 2007) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7974 - Representation Regarding Business Operations With The Maduro Regime (deviation 2020-o0005) (feb 2020) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current (end Of Provision) 52.252-5, Authorized Deviations In Provisions (nov 2020) (a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of “(deviation)” After The Name Of The Regulation. (b) The Use In This Solicitation Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Provision With An Authorized Deviation Is Indicated By The Addition Of “(deviation)” After The Name Of The regulation. (end Of Clause) pd 03-03 Rev 000 - Improper Business Practices & Personal Conflicts Of Interest – Enclosure 1 instructions, Conditions, And Notices To Offerors l.[x] Improper Business Practices And Personal Conflicts Of Interest l.[x].1 The Offeror’s Attention Is Directed To Far, Part 3 And Dfars, Part 203, “improper Business Practices And Personal Consultant Conflicts Of Interest.” (a) Definition. “covered Dod Official” Is Defined In The Clause At 252.203-7000, Requirements Relating To compensation Of Former Dod Officials. (b) By Submission Of This Offer, The Offeror Represents, To The Best Of Its Knowledge And Belief, That All Covered Dod Officials Employed By Or Otherwise Receiving Compensation From The Offeror, And Who Are Expected To Undertake Activities On Behalf Of The Offeror For Any Resulting Contract, Are Presently In Compliance With All Post-employment Restrictions Covered By 18 U.s.c. 207, 41 U.s.c. 2101-2107, And 5 Cfr Parts 2637 And 2641, Including Federal Acquisition Regulation 3.104-2. (end Of Provision) l.[x].3 Use Of Former Dod/defense Health Agency (dha) Employees And Uniformed Service Members In Proposal Preparation. The Involvement Of A Former Dod/dha Employee/member In An Offeror’s Proposal Preparation May Give Rise To An Unfair Competitive Advantage Or The Appearance Thereof, If The former Dod/dha Employee/ Member Acquired Non-public, Competitively-useful Information In His Or Her Former Position. Such Knowledge Could Include Proprietary Information Of Competitor’s Performance On Past Or Current Contracts With Similar Requirements Or Source Selection Sensitive Information Pertaining To This Procurement. Consequently, The Offeror Must Notify The Contracting Officer Prior To The Involvement In The Proposal Preparation By A Former Dod/dha Employee/member Reasonably Expected To Have Had Access To Such Information. Based On The Notification, The Contracting Officer Will Make A Determination Whether Involvement Of The Former Dod/dha Employee/member In Proposal Preparation Could Create An Unfair Competitive Advantage Or Appearance Thereof. The Contracting Officer Will Further Determine Whether Any Mitigation Measures Taken Or Proposed By The Offeror Are Adequate To Alleviate This Concern Or Whether The Offeror Will Be Disqualified From The Competition. Failure To Comply With These Procedures May Result In The Offeror’s Disqualification For Award. (end Of Provision) the Current Version Of The Following Far And Dfars Clauses (as Of The Date Of This Rfq) Incorporated By Reference, Apply To This Acquisition: 52.204-13, System For Award Management Maintenance (oct 2018) 52.204-18, Commercial And Government Entity Code (aug 2020) 52.212-4, Contract Terms And Conditions – Commercial Items (dec 2022) 52.217-9 Option To Extend The Term Of The Contract (mar 2023) 52.219-14 Limitation On Subcontracting (sep 2021) (deviation 2020-o0008) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) 252.204-7004 Dod Antiterrorism Awareness Training For Contractors (jan 2023) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (jan 2023) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.211-7003 Item Unique Identification And Valuation (jan 2023) 252.211-7008, Use Of Government-assigned Serial Numbers (sep 2010) 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7012, Preference For Certain Domestic Commodities (apr 2022) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006, Wide Area Workflow Payment Instructions (jan 2023) 252.232-7010, Levies On Contract Payments (dec 2006) 252.244-7000, Subcontracts For Commercial Items (jan 2023) 252.246-7003 Notification Of Potential Safety Issues (jan 2023) 252.246-7008, Sources Of Electronic Parts (jan 2023) 252.247-7023, Transportation Of Supplies By Sea- Basic (jan 2023) 52.252-2, Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text At https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/dfars (end Of Clause) 52.252-6 Authorized Deviations In Clauses  (nov 2020) (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Clause) pd 03-03 Rev 000 - Improper Business Practices & Personal Conflicts Of Interest – Enclosure 2 h.[x] Improper Business Practices And Personal Conflicts Of Interest h.[x].1 Dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod officials (sep 2011) definition. “covered Dod Official,” As Used In This Clause, Means An Individual That— leaves Or Left Dod Service On Or After January 28, 2008; And (i) Participated Personally And Substantially In An Acquisition As Defined In 41 U.s.c. 131 With A Value In Excess Of $10 Million, And Serves Or Served— (a) In An Executive Schedule Position Under Subchapter Ii Of Chapter 53 Of Title 5, United States Code; (b) In A Position In The Senior Executive Service Under Subchapter Viii Of Chapter 53 Of Title 5, United States Code; Or (c) In A General Or Flag Officer Position Compensated At A Rate Of Pay For Grade O-7 Or Above Under Section 201 Of Title 37, United States Code; Or (ii) Serves Or Served In Dod In One Of The Following Positions: Program Manager, Deputy Program Manager, Procuring Contracting Officer, Administrative Contracting Officer, Source Selection Authority, Member Of The Source Selection Evaluation Board, Or Chief Of A Financial Or Technical Evaluation Team For A Contract In An Amount In Excess Of $10 Million.  the Contractor Shall Not Knowingly Provide Compensation To A Covered Dod Official Within 2 Years After The Official Leaves Dod Service; Without First Determining That The Official Has Sought And Received, Or Has Not Received After 30 Days Of Seeking, A Written Opinion From The Appropriate Dod Ethics Counselor Regarding The Applicability Of Post-employment Restrictions To The Activities That The Official Is Expected To Undertake On Behalf Of The Contractor. failure By The Contractor To Comply With Paragraph (b) Of This Clause May Subject The Contractor To Rescission Of This Contract, Suspension, Or Debarment In Accordance With 41 U.s.c. 2105(c) far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders - Commercial Items (mar 2023) Applies To This Acquisition And Includes The Following Clauses By Reference: 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.219-28, Post-award Small Business Program Representation (mar 2023) 52.222-3, Convict Labor (jun 2003) 52.222-19, Child Labor- Cooperation With Authorities And Remedies (dev 2020-o0019 Revision 1) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (feb 1999) 52.222-35, Equal Opportunity For Veterans (jun 2020) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37, Employment Reports On Veterans (jun 2020) 52.222-50, Combating Trafficking In Persons (nov 2021) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer- System For Award Management (oct 2018) rfq Attachments statement Of Work
Contract Date2 Jul 2023
Contract AmountUSD 273 K 

Dept Of Defense Tender Result

Result Stage: Awarded  (AOC Available)
United States
Combined Synopsis/solicitation Ht941024q2012 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, In Conjunction With Far Part 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice.  This Announcement Constitutes The Only Solicitation; Quotes (rfqs) Are Being Requested And A Separate Written Solicitation Will Not Be Issued. this Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2023-06 Effective 12/04/2023 And Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice (dpn) 20231117, Effective 11/17/2023. competitive Quotes Are Being Requested Under Request For Quote (rfq) Number Ht941024q2012. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 311999 All Other Miscellaneous Food Manufacturing And The Size Standard Is 700 (# Of Employees). This Procurement Will Be A Total Small Business Set-aside Competed On The Open Market As A Full And Open Competition Requirement. description Of Requirements the Nutrition Management Department At Naval Medical Center San Diego Is Requesting To Purchase Patient's Diet Kits To Better Care For Patient's Therapeutic Diet And To Ensure A Safe And Accurate Tray Top Setting With Color Coded Diet Indicators That Improve Tray Line Efficiency And Nutritional Accuracy For The Patient During Their Treatment At Naval Medical Center San Diego. See Statement Of Work (sow) (attachment 1) For Further Details. place Of Delivery: 34800 Bob Wilson Drive loading Dock # 13 san Diego, Ca 92134 service Periods: january 15, 2024 To January 14, 2025 clin Structure Listed Below: clin 0001: green Diet Kits – 13” X 13” 1-ply Napkin, Fork, Knife, Spoon, 2 Sugar Packets, Salt And Pepper Packets, And Flex Straw.  250 Units Per Case, Case = Each; In Accordance With The Attached Statement Of Work To Be Provided At Nmcsd; Delivery Of 25 Cases Per Month. quantity: 300                                                                                                                                            Unit Of Measure: Each price: _____________ clin 0002: pink Diet Kits – 13” X 13” 1-ply Napkin, Fork, Knife, Spoon, 2 Sugar Packets, Salt Packet, And Flex Straw.  250 Units Per Case, Case = Each; In Accordance With The Attached Statement Of Work To Be Provided At Nmcsd; Delivery Of 4 Cases Per Month. quantity: 48                                                                                                                                              Unit Of Measure: Each price: _____________ clin 0003: gray Diet Kits – 13” X 13” 1-ply Napkin, Fork, Knife, Spoon, 2 Sugar-sub Packets, Salt-sub Packet And Pepper Packet, And Flex Straw.  250 Units Per Case, Case = Each; In Accordance With The Attached Statement Of Work To Be Provided At Nmcsd; Delivery Of 10 Cases Per Month. quantity: 120                                                                                                                                            Unit Of Measure: Each price: _____________ clin 0004: yellow Diet Kits – 13” X 13” 1-ply Napkin, Fork, Knife, Spoon, 2 Sugar-sub Packets, Salt And Pepper Packets, And Flex Straw.  250 Units Per Case, Case = Each; In Accordance With The Attached Statement Of Work To Be Provided At Nmcsd; Delivery Of 8 Cases Per Month. quantity: 96                                                                                                                                              Unit Of Measure: Each price: _____________ clin 0005: blue Diet Kits – 13” X 13” 1-ply Napkin, Spork, 2 Sugar Packets, Salt And Pepper Packets, And Flex Straw.  250 Units Per Case, Case = Each; In Accordance With The Attached Statement Of Work To Be Provided At Nmcsd; Delivery Of 15 Cases Per Month. quantity: 180                                                                                                                                            Unit Of Measure: Each price: _____________ offeror Instructions the Government Intends To Award A Firm Fixed Price Contract To The Responsive, Responsible Offeror, Whose Quote Conforming To The Solicitation Is Most Advantageous To The Government, As Defined In The Evaluation Factors For Award Section Below. A Complete Quote Must Be Received For Consideration.  respond To Each Item Listed Below; If The Response Is “none” Or “not Applicable,” Explicitly State And Explain. The Government May Consider Quotes That Fail To Address Or Follow All Instructions To Be Non-responsive And Ineligible For Contract Award. A Complete Quote Includes A Response And Submission To Each Of The Following: general Information: Offeror Business Name, Address, Cage, And Unique Entity Id (uei) Codes (ensure Representation And Certifications Are Up To Date In Sam.gov), Business Size And Type Of Small Business Based On Applicable Naics Code As Provided Above, Federal Tax Id, Primary Point Of Contract (to Include Telephone And E-mail Address). Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Products And Commercial Services, Applies To This Acquisition. Offeror Must Include A Completed Copy Of This Provision With Quote, Unless Already Provided For, Or Differentiates From What Is In The Sam Database. technical Documentation: technical Approach Or Specifications: Offerors Are Encouraged To Submit Product Manufacturer Specifications, Pictures, Brochures, Or And Other Pertinent Technical Information Of The Quoted Items To Facilitate The Evaluation. past Performance:  Provide Two (2) References With The Point Of Contact Name, Telephone Number, E-mail Address, And Contract Number, For Which You Have Provided Recent And Relevant Delivery Of Similar Services Required In This Solicitation Within The Last 3 Years. Past Performance Will Be Evaluated Based On References And Information From Authorized Government Past Performance Systems And Resources.  Use Attachment #2 – Past Performance Questionnaire recent Is Defined As Having Delivered Similar Services In The Last Three Years.  Relevant Is Defined As Having Delivered Similar Maintenance Agreements As Specified In The Sow.  Past Performance Information Not Meeting The Above Criteria Will Not Be Used For Evaluation. price Quote: Submit Complete Pricing For Each Individual Item To Include The Unit Price, The Extended Price For Each Line Item, And A Total Price In Us Dollars ($).  note: Ensure Fob Destination, Shipping And Handling Costs, Travel Costs, And Other Ancillary Customer Services Are Included In The Pricing. evaluation Factors For Award: basis For Award: The Government Intends To Award A Purchase Order To The Responsive And Responsible Vendor Whose Quote Conforming To The Rfq Is Most Advantageous To The Government, Price And Non-price Factors Considered. The Source Selection Method Is Tradeoff. This May Result In An Award To A Higher-rated, Higher-priced Offer If The Government Determines That The Past Performance Of The Higher-priced Offer Outweighs The Price Difference.  The Selection Process Is Subjective By Nature And Professional Judgment Is Implicit Throughout The Tradeoff Process. The Contract Will Be Awarded To The Offeror Whose Proposal, Based Upon The Evaluation Criteria, Represents The Best Value To The Government. The Vendor Must Be Registered In The System For Award Management (sam) Database. The Government Reserves The Right To Award No Contract At All, Depending On The Quality Of Quotes Submitted, And The Availability Of Funds.   award May Be Made Without Discussions With Offerors (except Communications Conducted For The Purpose Of Minor Clarification). Therefore, Each Initial Offer Should Contain The Offeror's Best Terms From A Technical And Price Standpoint. However, The Government Reserves The Right To Conduct Discussions If It Is Later Determined By The Contracting Officer To Be Necessary. as This Is A Competitive Services Procurement Using Far Part 13 Procedures, The Basis For Award Will Consider The Offerors Past Performance And Data In The Contractor’s Past Performance Assessment Reporting System (cpars) And For The Fsc And Psc Of The Services Being Purchased (see Dfars 213.106-2(b)(i)). factor I – Technical: The Government Will Evaluate The Quote To See If Specification Requirements, As Defined Above Are Met, To Include All Information Required For A Complete Quote. Technical Capability Statements Will Be Evaluated As: technical Capability Evaluation Factors acceptable quote Clearly Meets All Of The Specification Requirements Of The Solicitation And Ability To Comply With The Consignment Agreement. unacceptable quote Does Not Clearly Meet All The Specification Requirements Of The Solicitation And/or Inability To Comply With The Consignment Agreement. factor Ii – Past Performance:  The Government Will Evaluate Past Performance By Reviewing Offeror’s Submitted Past Performance Information And Other Sources That May Include, But Are Not Limited To, Information From Government Personnel And Information From The Government Websites Supplier Performance Risk System (sprs) Or Cpars As Stated Above For Basis For Award. factor Iii – Price: The Government Will Evaluate The Total Price, To Determine If It Is Fair And Reasonable. The Price Quote Shall Include A Unit Price For Each Item And A Total Firm-fixed-price For All Line Items. The Total Firm-fixed-price Shall Include All Applicable Shipping, And Handling Costs To The Shipping Address Listed Above. each Technically Acceptable Offeror’s Price List Will Be Evaluated By The Government To Determine The Reasonableness Of Prices For Offered Services By Using One Or More Of The Following Price Analysis Methods Which May Include: price Competition Amongst Technically Acceptable Offers. market Research. an Offeror’s Pricing Must Be Determined To Be Fair And Reasonable To Be Eligible For Award. due Date And Submission Information                                             eligible Offerors: All Offerors Must Have A Completed Registration In The System For Award Management (sam) Website Prior To Award Of Contract. Information Can Be Found At Https://www.sam.gov/. Complete Sam Registration Means Offerors Shall Have Registered Uei Codes. page Limitations: None. formatting Requirements: Submit Quotes In Electronic Pdf And Or Excel Format. Text Shall Be Formatted On An 8.5x11 Page In 12-point Times New Roman Font.  questions Due Date And Submission Requirements: All Questions Must Be Received By 15 Dec 2023, At 10:00am, Pacific Time. Questions Must Be Submitted By Email To Zhao.k.li.civ@health.mil , And Include Rfq# Ht941024q2012 On The Subject Line In All Inquiries. Questions May Be Addressed At The Discretion Of The Government. rfq Due Date And Submission Requirements: This Rfq Closes On 02 Jan 2024 At 10:00 Am, Pacific Time. Quotes Must Be Emailed To The Contract Specialist Zhao.k.li.civ@health.mil Use Rfq# Ht941024q2012 In The Subject Line Of The Email And Ensure There Is Receipt Confirmation From The Aforementioned Contract Specialist. applicable Provisions And Clauses this Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) And Defense Federal Acquisition Regulation Supplement (dfars). It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses Can Be Accessed In Full Text At Https://www.acquisition.gov/content/regulations. https://www.acquisition.gov/dfars the Current Version Of The Following Far, Dfars, And Dha Provisions (as Of The Date Of This Rfq) Incorporated By Reference, Apply To This Acquisition: 52.203-12, Limitation On Payments To Influence Certain Federal Transactions 52.204-7, System For Award Management 52.204-16, Commercial And Government Entity Code Reporting 52.204-18, Commercial And Government Entity Code 52.212-1, Instructions To Offers-commercial Products And Commercial Services 52.212-2, Evaluation-commercial Products And Commercial Services: (a) the Government Will Award A Contract Resulting From This solicitation to The Responsible offeror whose offer conforming To The solicitation will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors shall be Used To Evaluate offers:                See Evaluation Factors I, Ii, And Iii Above               Technical And past Performance, When Combined, Are more Important Than Price.  (b) options. The Government Will Evaluate offers for Award Purposes By Adding The Total Price For All options to The Total Price For The Basic Requirement. The Government may determine That An offer is Unacceptable If The option prices Are Significantly Unbalanced. Evaluation Of options shall not Obligate The Government To Exercise The option(s). (c) a Written Notice Of Award Or Acceptance Of An offer, Mailed Or Otherwise Furnished To The Successful offeror within The Time For Acceptance Specified In The offer, shall result In A Binding Contract Without Further Action By Either Party. Before The offer’s Specified Expiration Time, The Government may accept An offer (or Part Of An offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) 52.212-3, Alternate 1, Offeror Representation And Certifications – Commercial Products And Commercial Services                 (the Offeror Need Not Fill Out And Include As An Attachment If Sam Database (www.sam.gov ) Is Updated) 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders- Commercial      products And Commercial Services, Applies To This Acquisition And Includes The Following Clauses By Reference: 52.203-6 Restrictions On Subcontractor Sales To The Government (sep 2006) With Alternate I (oct 1995) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment  Only Complete If Not Already Completed In Sam 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26, Covered Telecommunications Equipment Or Services- Representation Only Complete If Not Already Completed In Sam 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. 52.219-6, Notice Of Total Small Business Set-aside 52.219-28, Post-award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor- Cooperation With Authorities And Remedies (dev 2020-o0019 Revision 1) 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity For Veterans 52.222-36, Equal Opportunity For Workers With Disabilities 52.222-37, Employment Reports On Veterans 52.222-50, Combating Trafficking In Persons 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-33, Payment By Electronic Funds Transfer- System For Award Management 52.232-40, Providing Accelerated Payments To Small Business Subcontractors 52.219-1, Small Business Program Representations 52.222.41, Service Contract Labor Standards 52.222.42, Statement Of Equivalent Rates For Federal Hires 52.222.43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multi-year/options) 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials 252-203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005, Representation Relating To Compensation Of Former Dod Officials 252.204-7003, Control Of Government Personnel Work Products 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment Or Services- Representation Only Complete If Not Already Completed In Sam 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services- Representation Only Complete Is Not Already Completed In Sam 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Service 252.223-7008, Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program—basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7036 Buy American Free Trade Agreements 252.225-7048, Export-controlled Items 252.225-7055, Representation Regarding Persons That Have Business Operations With The Maduro Regime 252.225-7056, Prohibition Regarding Business Operations With The Maduro Regime 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.244-7000, Subcontracts For Commercial Products Or Commercial Services   252.246-7008, Sources Of Electronic Parts 252.247-7023, Transportation Of Supplies By Sea--basic 52.252-1 Solicitation Provisions Incorporated By Reference this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far  (far Provisions And Deviations) And Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/  (dfars Provisions) (end Of Provision) 52.252-2, Clauses Incorporated By Reference this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May be Accessed Electronically At This/these Address(es): the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text At https://www.acquisition.gov/browse/index/far (far Clauses And Deviations) And https://www.acquisition.gov/dfars  (dfars Clauses). (end Of Clause) pd 03-03 Rev 000 - Improper Business Practices & Personal Conflicts Of Interest – Enclosure 1 instructions, Conditions, And Notices To Offerors l.[x] Improper Business Practices And Personal Conflicts Of Interest l.[x].1 The Offeror’s Attention Is Directed To Far, Part 3 And Dfars, Part 203, “improper Business Practices And Personal Consultant Conflicts Of Interest.” l.[x].2 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (nov 2011) (a) Definition. “covered Dod Official” Is Defined In The Clause At 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials. (b) By Submission Of This Offer, The Offeror Represents, To The Best Of Its Knowledge And Belief, That All Covered Dod Officials Employed By Or Otherwise Receiving Compensation From The Offeror, And Who Are Expected To Undertake Activities On Behalf Of The Offeror For Any Resulting Contract, Are Presently In Compliance With All Post-employment Restrictions Covered By 18 U.s.c. 207, 41 U.s.c. 2101-2107, And 5 Cfr Parts 2637 And 2641, Including Federal Acquisition Regulation 3.104-2. (end Of Provision) l.[x].3 Use Of Former Dod/defense Health Agency (dha) Employees And Uniformed service Members In Proposal Preparation. The Involvement Of A Former Dod/dha Employee/member In An Offeror’s Proposal Preparation May Give Rise To An Unfair Competitive Advantage Or The Appearance Thereof, If The Former Dod/dha Employee/ Member Acquired Non-public, Competitively-useful Information In His Or Her Former Position. Such Knowledge Could Include Proprietary Information Of Competitor’s Performance On Past Or Current Contracts With Similar Requirements Or Source Selection Sensitive Information Pertaining To This Procurement. Consequently, The Offeror Must Notify The Contracting Officer Prior To The Involvement In The Proposal Preparation By A Former Dod/dha Employee/member Reasonably Expected To Have Had Access To Such Information. Based On The Notification, The Contracting Officer Will Make A Determination Whether Involvement Of The Former Dod/dha Employee/member In Proposal Preparation Could Create An Unfair Competitive Advantage Or Appearance Thereof. The Contracting Officer Will Further Determine Whether Any Mitigation Measures Taken Or Proposed By The Offeror Are Adequate To Alleviate This Concern Or Whether The Offeror Will Be Disqualified From The Competition. Failure To Comply With These Procedures May Result In The Offeror’s Disqualification For Award. (end Of Provision) pd 03-03 Rev 000 - Improper Business Practices & Personal Conflicts Of Interest – Enclosure 2 h.[x] Improper Business Practices And Personal Conflicts Of Interest h.[x].1 Dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod officials (sep 2011) (a) Definition. “covered Dod Official,” As Used In This Clause, Means An Individual That— (1) Leaves Or Left Dod Service On Or After January 28, 2008; And (2) (i) Participated Personally And Substantially In An Acquisition As Defined In 41 U.s.c. 131 With A Value In Excess Of $10 Million, And Serves Or Served— (a) In An Executive Schedule Position Under Subchapter Ii Of Chapter 53 Of Title 5, United States Code. (b) In A Position In The Senior Executive Service Under Subchapter Viii Of Chapter 53 Of Title 5, United States Code; Or (c) In A General Or Flag Officer Position Compensated At A Rate Of Pay For Grade O-7 Or Above Under Section 201 Of Title 37, United States Code; Or (ii) Serves Or Served In Dod In One Of The Following Positions: Program Manager, Deputy Program Manager, Procuring Contracting Officer, Administrative Contracting Officer, Source Selection Authority, Member Of The Source Selection Evaluation Board, Or Chief Of A Financial Or Technical Evaluation Team For A Contract In An Amount In Excess Of $10 Million. (b) The Contractor Shall Not Knowingly Provide Compensation To A Covered Dod Official Within 2 Years After The Official Leaves Dod Service; Without First Determining That The Official Has Sought And Received, Or Has Not Received After 30 Days Of Seeking, A Written Opinion From The Appropriate Dod Ethics Counselor Regarding The Applicability Of Post-employment Restrictions To The Activities That The Official Is Expected To Undertake On Behalf Of The Contractor. (c) Failure By The Contractor To Comply With Paragraph (b) Of This Clause May Subject The Contractor To Rescission Of This Contract, Suspension, Or Debarment In Accordance With 41 U.s.c. 2105(c). (end Of Clause) rfq Attachments statement Of Work past_performance_questionnaire
Contract Date3 Jan 2024
Contract AmountUSD 52 K 

DEFENSE LOGISTICS AGENCY DLA USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| time Of Delivery (june 1997)|20|0001aa|19 Ea|365 Days After Fat Approval|0001ab|1 Lo|180 Days Ado||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (dec 2018)|16|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days After Discovery Of Defect||||| small Business Subcontracting Plan (nov 2021)|4||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (feb 2019)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| limitation Of Liability--high-value Items (feb 1997)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American--balance Of Payments Program (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2022)|13|332439|500|||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||| 1. Scope 1.1 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 1.2 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;875e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 1.5 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.6 Container Shell Material Is ;aluminum; . 2. Applicable Documents drawing Data=875e001 |05259| -| |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. 3.3 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.4 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other; Is An Approved Alternate Mount. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(05259) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;buyer On Page 1 Of Contract; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Surface Finishing. All Containers Shall Be Glass Bead Blasted On Exterior Surfaces Only To Provide A Uniform Matte Finish That Will Hide Minor Surface Imperfections, Such As Scratches, Weld Irregularities, Etc. Size #8 Glass Beads Per Mil-g-9954 Shall Be used With Direct Air Pressure Ranging From 50 To 70 Psig. A Separator Shall Be Used To Provide A Reclaim Efficiency Of 90%, I.e., A Minimum Of 90% By Weight Of The Original Sized Material Shall Be In The Reclaim. The Glass Bead Media Shall Be Maintained In A condition Free From Contamination With Other Metals, I.e., The Media Shall Not Have Been Used To Blast Equipment Containing Other Metals Or Alloys. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw (05259) 875e001 And Applicable Sub-drawings; 4.1.2 Requirements Of: ;iaw (05259) 875e001 And Applicable Sub-drawings; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;05259; ) ;875e001; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;15,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;875e001; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;60; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ 4.9 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Contract Date15 Jun 2022
Contract AmountUSD 326.4 K 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
B.3 Statement Of Work 1. Contract Title: Janitorial Services For The Child Care Center 2. General Information: This Is A Non Personnel Services Contract To Provide Janitorial Services For The veteran Affairs Portland Healthcare System Vermont Hills Family Life Center. The Government Shall not Exercise Any Supervision Or Control Over The Contract Service Providers Performing The Service herein. Such Contract Service Providers Shall Be Accountable Solely To The Contractor, Who In Turn Is responsible To The Government. 3. Description Of Services: The Contractor Shall Provide All Personnel, Supervision, And Other And Non Personal Services Necessary To Ensure That Janitorial Services Are Performed At The Vermont Hills Family Life Center As Defined In This Performance Work Statement (pws). The Contractor Shall Perform To The Standards In This Contract. 4. Background: This Is A New Requested Service. This Service Is Required Because The Veteran Affairs portland Healthcare System Is Lacking The Necessary Staff To Facilitate The Appropriate Cleaning Of The vermont Hills Family Life Center. Because This Is A Child Care Center, It Is Critical That The Infection control Requirements Are Met Daily. 5. Period Of Performance: The Period Of Performance Shall Be For A Base Year Plus Four (4) One Year option Periods. 6. Specific Tasks: 6.1 Offices, Entrances, Conference Rooms, Hallways, Common Areas: a) Dust Horizontal Surfaces Desk, Credenza, Counter, And File Cabinet Tops Daily b) Spot Clean Horizontal Surfaces For Removal Of Coffee Rings And Spillage Daily c) All Doors, Handles, Windows Cleaned And Disinfected Daily d) Internal Glass Partitions Cleaned Of Fingerprints And Smudges Daily e) Doors And Walls Cleaned Of Fingerprints And Smudges Daily f) Empty All Waste Paper Receptacles And Replace Waste Receptacle Liners Daily g) Clean And Disinfect Trash Receptacles As Needed, But No Less Thank 1x Per Month h) Disinfect All Telephone Receivers And Dust Phone Bases Daily i) Disinfect Light Switches, Light Switch Plate Covers, And Door Handles Daily j) Clean And Sanitize Drinking Fountains Daily k) Polish All Drinking Fountains And Sinks Daily l) High Dusting Air Vents, Hvac Return Air, Tops Of Doors, Door Frames, Ceiling Corners Weekly m) Low Dusting Front And Sides Of Desks, Legs Of Chairs, Tables, And Chair Bases Weekly n) Furniture Vacuum Fabric And Wipe Down Other Surfaces To Remove Dust And Lint 2x Per Month o) Vacuum, Sweep Or Dust Mop All Hard Surface Floors Daily 6.2 Non Carpeted Floors (hard Floors: Ceramic, Resilient Tile (vct) And Concrete). thoroughly Mop All Hard Surface Floors Daily. Maintain Hard Floors Free Of Grit, Soil, Dust, Scuff And Heel marks, Stains, Spills, Debris, Litter And Other Foreign Matter By Effective Routine Cleaning. Accomplish cleaning By The Most Appropriate Method (vacuum, Sweep, Dust Mop, Damp Mop, Spot Clean And machine Scrub, Etc.) And With Cleaning Solutions If Applicable, For The Specific Floor Type. After Cleaning, ensure Floor Surfaces To Include Grout Have A Uniform, Clean Appearance Without Streaks, Swirl Marks, detergent Residue, Or Any Evidence Of Soil, Stain, Film, Or Standing Water. Clean Baseboards, Corners, And wall/floor Edges Once A Month. Move Chairs, Trash Receptacles, And Other Easily Moveable Items To maintain Floors Underneath These Items And Return Them To Their Original And Proper Positions After cleaning. All Flooring That Requires A Finish Will Be Stripped And Waxed Quarterly Using Approved Floor Care Products. 6.3 Carpeted Floors. maintain Carpets Free Of Soil, Dirt, Debris, Litter And Other Foreign Matter By Performing Wall To Wall vacuuming Of The Carpeted Areas Daily And Removing Spots And Small Spills From Carpets Daily. Detail vacuum Carpet Edges And Corners Along Walls And Partitions And Dust All Baseboards Once Monthly. a) Both Installed Carpeted Areas In The Infant And The Toddler Areas To Be Appropriately cleaned (extracted) Quarterly. Spot Cleaning Or Emergent Cleaning Due Accidental Soil Will Be On A As Needed Basis, Called In By Either The Cor, Housekeeping Officer Or Designated Ems Official b) All Interior Throw Carpets To Be Appropriately Cleaned (extracted) Once Per Month. 6.4 Child Restrooms And Staff Restrooms: a) Clean And Disinfect Counter Tops, Wash Basins, Toilets, Toilet Seats And Urinals Daily b) Clean And Disinfect All Dispensers, Fixtures, And Mirrors Daily c) Empty Trash Receptacles Daily d) Empty Sanitary Napkin Receptacle And Disinfect Daily e) Spot Clean Partition Tile And Walls Daily f) Restock Hand Soap And Paper Products Daily g) Disinfect Partition Handles, Door Handles, And Light Switches Daily h) Clean And Sanitize Outside Surfaces Of Dispensers And Trash Receptacles Daily i) Polish All Dispensers, Fixtures, And Mirrors Daily j) Sweep And Thoroughly Mop Floor With Germicidal Solution Daily k) Clean And Disinfect Restroom Partitions And Walls Around Toilets And Urinals Daily l) High Dust Tops Of Partitions, Air Vents, Mirror Frames, And Tops Of Doors Daily 6.6 Break Areas: a) Counters, And Table Tops Cleaned With Approved Disinfectant Daily b) Fronts Of Counters And Chairs Cleaned Daily c) Sinks Cleaned With Approved Disinfectant Daily d) Wipe Down Outside Of Refrigerator And Microwave 2x Per Week e) Inside Of Microwave Cleaned 1x Per Week f) Trash Removed Daily, Receptacle Cleaned As Needed g) Coffee Machines Turned Off h) Sink Thoroughly Scoured Using Liquid Cleanser Daily i) Table Bases And Chair Legs Cleaned 1x Per Month 6.7 Child Care Areas (infant, 2.5 3 Year, Toddler, General Area And Outside Play Area): a) Dust Horizontal Surfaces Daily b) Clean And Disinfect All Toys And Furniture In Play Areas With Food Grade Child Safe Disinfectant daily c) Spot Clean Horizontal Surfaces For Removal Of Soil Daily With Food Grade Child Safe Disinfectant d) All Doors, Handles, Windows Cleaned And Disinfected Daily e) Internal Glass Partitions Cleaned Of Fingerprints And Smudges Daily f) Walls Cleaned Of Fingerprints And Smudges Daily g) Empty All Waste Paper Receptacles And Replace Waste Receptacle Liners Daily h) Clean And Disinfect Trash Receptacles As Needed, But No Less Thank 1x Per Month i) Clean And Disinfect All Frequently Touched Surfaces On Outside Play Equipment Daily 7. Immunizations: All Contractor Employees Assigned To Clean The Child Care Center Shall Be Free Of Communicable Diseases, To Include Tuberculosis, Prior To Entering The Facility. The Contractor Shall Be Responsible For Providing Certification That All Of Its Employees Meet These Requirements. Employee Immunizations (including Cost And Scheduling) Are The Responsibility Of The Contractor. applicable Immunizations Include: mumps Measles rubella Tetanus diphtheria Polio hepatitis B Varicella tuberculosis Skin Test Influenza covid-19 8. Required Documentation: Provide A Summary Listing Of All Contractor Employees To Work At The Child Care Center. Listing Shall Include Name, Position, Dates Of Background Check And Certification Of Immunization Requirements Compliance. In The Event That A Contractor Employee Is Replaced, Even Temporarily, The Replacement Shall Meet All Requirements As Set Forth Prior To Beginning Work. Failure To Fulfill These Requirements, In Sufficient Time To Replace An Employee Shall Not Relieve The Contractor Of Its Responsibilities In Accordance With This Pws. Failure To Provide These Statements Will Prohibit Contractor Employee Entrance Into The Child Care Center. The Contractor Shall Update The Listing As Necessary And Provide A Current Copy To The Contract Officer S Representative (cor). The Contractor Shall Submit Both A Negative Test Report For Each Employee (as Provided By Either The Public Health Department Or employee S Doctor) And Current Immunizations Records To The Child Care Center Director Prior To The employee Starting Work, As Well As One Week Prior To The Start Of Each Option Year. 9. Contract Employee Interaction: Physical Contact Between Contractor Employees And Children Shall Not Be Allowed And All Contractor Employees Shall Not Be Alone With Children Unsupervised. 10. Cleaning, Disinfecting And Sanitizing Solutions: The Contractor Shall Store All Disinfecting, Cleaning, And Sanitizing Solutions In Their Original, Labeled Containers. Only Ems Approved And Provided Germicidal/sporicidal Will Be Used In Performance Of The Contract Cleaning Of The Vermont Hills Childcare Center. 11. Cleaning Equipment/materials/supplies: All Cleaning Chemicals, Equipment And Tools Needed To Meet The Specific Tasks Will Be Provided By The Facility. Contractor Shall Ensure All Items Used Are Kept Secure From Inadvertent Access By Va Employees Or Visitors Within The Vermont Hills Child Care Center. 12. Safety Data Sheet (sds): All Chemical Sds Will Be Maintained By Environmental Management Services And Be Provided Upon Request. 13. Hazardous Material Identification: Sds Documents Are Required Per The Federal Code Of Regulations: 40 Cfr Part 302 And The Latest Version Of Federal Standard No. 313 (including Revisions Adopted During The Term Of The Contract) For Any Other Material Designated By The Government As Potentially Hazardous And Requiring Safety Controls. You Can Find This Information At: Http://www.gsa.gov/portal/mediaid/206235/filename/fedstd 313e.action And Ttp://www.ecfr.gov/cgi Bin/textidx?tpl=/ecfrbrowse/title40/40cfr302_main_02.tpl. 14. Safety: The Contractor Shall At All Times, Exercise Care And Caution In Performing The Duties Described In The Pws So As Not To Cause Injury To Themselves Or Other Persons. The Contractor Shall Perform The Assigned Tasks And Duties In A Safe Manner In Accordance With The Occupational Safety & Health Administration (osha) In 29 Cfr 1910.1200 (https://www.osha.gov/employers/index.html). The Contractor Shall Be Responsible For Any Damage To Government And/or Personal Staff Property. All Damage By The Contractor Shall Be Repaired Or Replaced By The Contractor At No Additional Cost To The Government. The Contractor Shall Be Responsible For Ensuring All Equipment, Tools, And Supplies Used In The Performance Of A Contract Resulting From This Solicitation Meet Necessary Safety Requirements And Employees Have Full Working Knowledge Of Their Use. 15. Dress And Appearance: All Contractor Employees Shall Wear Proper Identification Badges Or Other Identifying Apparel While On The Premises. All Contractor Employees Will Be Presentable And Dressed In A Manner That Promotes A Positive Va Image. 16. Key Control: The Contractor Shall Establish And Implement Methods To Ensure All Keys And/or Access Cards Issued To The Contractor By The Government Are Not Lost Or Misplaced And Are Not Used By Unauthorized Persons. The Contractor Shall Not Duplicate Any Keys Issued By The Government. The Contractor Shall Immediately Report To The Cor Any Occurrences Of Lost Or Duplicated Keys. In The Event Keys (other Than Master Keys) Are Lost Or Duplicated, The Contractor May Be Required, Upon Written Direction Of The Contracting Officer, To Re Key Or Replace The Affected Lock Or Locks Without Cost To The Government. The Government May, At Its Option, Replace The Affected Lock Or Locks Or Perform Re Keying And Deduct The Cost Of Such From Payment(s) Due The Contractor. 17. Schedules: The Contractor Shall Submit An Annual Schedule For Performance Of Services As Described In The Pws To The Cor For Acceptance. 18. Phase Out Plan: To Ensure A Smooth Transition In The Change Of Work Effort, The Contractor Shall Develop A Phase Out Plan. Upon Expiration Of This Contract, A Successor (either The Government Or Another Contractor) May Continue These Services. The Successor Will Require Assistance From The Incumbent Contractor, Which Shall Give Its Best Efforts And Cooperation To Accept An Orderly And Efficient Transition. 19.service Summary: The Contract Service Requirements Are Summarized In The Performance Objectives That Relate Directly To Mission Essential Items. The Performance Threshold Briefly Describes The Minimally Acceptable Levels Of Service For Each Requirement. The Service Summary And The Contractor S Quality Control Plan Provide Information On Contract Requirements, The Expected Levels Of Contractor Performance And The Expected Methods Of Government Surveillance And Confirmation Of Services Provided. These Thresholds Are Critical To Mission Success. Procedures As Set Forth In Federal Acquisition Regulation (far) Clause 52.212 4, Contract Terms And Conditions Commercial Items, Will Be Used To Remedy All Deficiencies. **see Service Summary Table Below. table 1 Service Summary performance Objective pws Para. performance Threshold remedy method Of Assessment office, Entrances, Conference Rooms, Hallways, Common Areas 6.1 no More Than Three Valid Defects Per Month re-performance Within Two Hours Of Notification By Cor periodic Surveillance, Customer Complaint non-carpeted Floors (hard Floors: Ceramic, Resilient Tile (vct) And Concrete) 6.2 no More Than Three Valid Defects Per Month re-performance Within Two Hours Of Notification By Cor periodic Surveillance, Customer Complaint carpeted Floors 6.3 no More Than Three Valid Defects Per Month re-performance Within Two Hours Of Notification By Cor periodic Surveillance, Customer Complaint restrooms 6.4 no More Than Three Valid Defects Per Month re-performance Within Two Hours Of Notification By Cor periodic Surveillance, Customer Complaint break Areas 6.5 no More Than Three Valid Defects Per Month re-performance Within Two Hours Of Notification By Cor periodic Surveillance, Customer Complaint child Care Areas (infant, 2.5-3 Year, Toddler, General Area And Outside Play Area) 6.6 no More Than Three Valid Defects Per Month re-performance Within Two Hours Of Notification By Cor periodic Surveillance, Customer Complaint quality Control - Inspection Procedures Are Followed And Documented In Quality Control Plan 21. no More Than One Valid Defect Per Month. the Contractor Shall Provide A Written Corrective Action Report periodic Surveillance, Customer Complaint 20. Quality Control: The Contractor Shall Develop And Maintain A Quality Control Program To Ensure Janitorial Services Are Performed In Accordance With Commonly Accepted Commercial Practices And Services As Identified In This Pws. Develop And Implement Procedures To Identify And Prevent Non Performance And Continual Repeat Of Defective Services. As A Minimum, Develop Quality Control Procedures Addressing The Areas Identified In The Table Above. 21. Quality Control Plan (qcp): A Written Qcp Shall Be Submitted To The Contracting Officer (co) Per Instructions In The Requirement Solicitation. The Qcp Shall Specifically Address The Contractor S Strategy To Provide Quality Workmanship, Continual Process Improvement And Correction Of Deficiencies As Required. 22. Quality Assurance: The Cor Shall Inspect And Evaluate The Contractor S Performance To Ensure Services Are Iaw Requirements Set Forth In This Pws. The Cor Shall Be Responsible For Initially Receiving, Validating, And Recording Customer Complaints. When The Contractor S Performance Is Deemed Unacceptable, The Cor Will Notify The Contractor S Quality Control Representative. The Service Shall Be Re Performed By The Contractor At No Additional Cost To The Government And Re Inspected By The Cor. When A Performance Threshold Has Not Been Met, The Cor Will Initiate And Provide The Co A Contract Discrepancy Report (cdr) For Issuance To The Contractor. The Contractor Shall Respond To The Cdr Iaw Instructions Provided And Return It To The Co Within 10 Calendar Days Of Receipt. 23. Performance Assessment/periodic Surveillance: This Method Requires The Cor To Employ A Spot Check Style Of Evaluation Based On The Contractor S Incorporated Cleaning Frequency Schedule (cfs). Periodic Surveillances And Validations Will Be Conducted On A Scheduled Basis (daily, Weekly, Monthly, Quarterly, Semi Annual Or Annually) And May Be Adjusted, Based On Quality Trends. The Cfs Or Modified Version Thereof Shall Be Used For Cor Scheduled Inspections And Results Documentation. Any Unsatisfactory Inspection (defect) Result Shall Be Recorded, And The Contractor Shall Re Perform The Service After Notification Iaw Table 1. Exceeding The Performance Threshold For Any Of These Performance Objectives In Any One-month Period Shall Result In Further Action As Appropriate. All Remedies Shall Be Rendered Iaw Far Clause 52.212 4, Contract Terms And Conditions Commercial Items. 24. Performance Assessment/customer Complaints: The Cor Will Receive And Investigate Complaints. The Cor Shall Be Responsible For Initially Validating Customer Complaints. The Co Shall Make Final Determination Of The Validity Of Customer Complaint(s) In Cases Of Disagreement Between The Cor And The Contractor. Validated Customer Complaints Shall Result In Corrective Action By The Contractor Iaw Table 1. Exceeding The Performance Threshold For Performance Objectives In Any One-month Period Shall Result In Further Action As Appropriate. All Remedies Shall Be Rendered Iaw Far Clause 52.212 4, Contract Terms And Conditions Commercial Items. 25. Hours Of Operation: The Contractor Is Responsible For Conducting Business After Hours, No Earlier than 6:30pm, Monday Friday. The Contractor Must At All Times Maintain An Adequate Workforce For the Uninterrupted Performance Of All Tasks Defined Within This Pws. When Hiring Personnel, The contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential. 26. Federal Holidays: The Contractor Is Not Required To Perform Services On The Following Federal Holidays As Stated Below: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veterans Day memorial Day Thanksgiving Day juneteenth National Independence Day Christmas Day independence Day 27. Security Requirement: All Contractor Employees Are Subject To The Same Level Of Investigation As Va employees Who Have Access To Va Sensitive Information Or Access To Va Facilities. The Background investigation Includes The Following Requirements: 1) Completed Documentation 2) Fingerprints 3) completion Of Opm S E Qip Questionnaire. The Contractor Is Required To Fulfill All Security Requirements. the Contractor Employees, Upon Completion Of Fingerprinting, And An Initial Suitability Determination, may Be Authorized Tentative Access To Start The Performance Period Of The Contract, But Only On condition Of Completion Of All Security Requirements. This Requirement Is Applicable To All Subcontractor personnel Requiring The Same Access. The Contractor Shall Bear The Expense Of Obtaining Background investigations. If The Investigation Is Conducted By The Office Of Personnel Management (opm) Through the Va, The Contractor Shall Reimburse The Va Within 30 Days.
Contract Date17 Feb 2022
Contract AmountUSD 214.5 K 

DEFENSE LOGISTICS AGENCY DLA USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|mil-i-45208 Or Higher|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| desired And Required Time Of Delivery (june 1997)|29|0001|52|180 Days||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Reports (combo)|source|tbd|sprpa1|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (jun 2020)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days|45 Days After Discovery Of Defect||||| small Business Subcontracting Plan (jun 2020)|4||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (feb 2019)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| limitation Of Liability--high-value Items (feb 1997)|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American--balance Of Payments Program (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2020)|13|332439|500|||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do-a8c| 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer Found On Page 1 Of The Contract; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;crc; Drawing Number ( ;05259; ) ;826e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=826e001 |05259| | |a| | | | 3. Requirements 3.1 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;buyer Found On Page 1 Of The Contract; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. contact Code ;buyer Found On Page 1 Of The Contract; Or Code N241.10 To Arrange For First Article Test Location 3.2 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.3 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.4 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.5 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.6 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.7 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 Days, to Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.7.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.7.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. 3.8 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 3.9 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. 3.10 Surface Finishing. All Containers Shall Be Glass Bead Blasted On Exterior Surfaces Only To Provide A Uniform Matte Finish That Will Hide Minor Surface Imperfections, Such As Scratches, Weld Irregularities, Etc. Size #8 Glass Beads Per Mil-g-9954 Shall Be used With Direct Air Pressure Ranging From 50 To 70 Psig. A Separator Shall Be Used To Provide A Reclaim Efficiency Of 90%, I.e., A Minimum Of 90% By Weight Of The Original Sized Material Shall Be In The Reclaim. The Glass Bead Media Shall Be Maintained In A condition Free From Contamination With Other Metals, I.e., The Media Shall Not Have Been Used To Blast Equipment Containing Other Metals Or Alloys. 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;applies; 4.1.2 Requirements Of: ;(05259) 826e001; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;05259; ) ;826e001; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;12000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;none; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;826e001; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;please Contact Buyer Found On Page 1 Of The Contract, Toarrange For First Article Test Location.; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;60; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ production Drop Test To Be Performed On 100% Of Production. Drop Test To Consist Of 18 Inch Free Fall Drop Without Dummy Load On To A Concrete Surface. Container To Be Inspected Before And After Drop Test By Local Qar(with Consultation With Navsup wss). Excessive Damage Will Be Cause For Rejection (i.e More Than 3 Broken Rivets). The Government Reserves The Right To Perform Fit And Function Tests If Deemed Warrented. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Contract Date1 Jul 2021
Contract AmountUSD 963.8 K 

DEFENSE LOGISTICS AGENCY DLA USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|mil-i-45208 Or Higher|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| desired And Required Time Of Delivery (june 1997)|29|0001|65|180 Days||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Reports (combo)|source|tbd|sprpa1|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (jun 2020)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days|45 Days After Discovery Of Defect||||| small Business Subcontracting Plan (jun 2020)|4||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (feb 2019)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| limitation Of Liability--high-value Items (feb 1997)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American--balance Of Payments Program (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2020)|13|332439|500|||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do-a1c| 1. Scope when Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings, Contact The Contracting Officer Listed On Page 1 Block 5 Of The Contract. 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;n241.17; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;sikorsky; Drawing Number ( ;78286; ) ;spd65e-1701-001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents document Ref Data=mil-i-45208 | | |a |810724|a| 1| | 3. Requirements contact The Contracting Officer For First Article Location Listed On Page One Block 5 Of The Contract. contact The Contracting Officer Listed On Page One Block 5 Of The Contract For The "property Of Xxxx" On The Name Plate. when A First Article Is Required The Contractor Shall Submit A Copy Of The Drawings, Contracts And Approved Eco's, Deviations, Waivers, And Mods In The Records Receptacle Of The First Article Container. 3.1 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.3 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.4 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.5 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.6 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.7 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.8 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 Days, to Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.8.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.8.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. 3.9 Surface Finishing. All Containers Shall Be Glass Bead Blasted On Exterior Surfaces Only To Provide A Uniform Matte Finish That Will Hide Minor Surface Imperfections, Such As Scratches, Weld Irregularities, Etc. Size #8 Glass Beads Per Mil-g-9954 Shall Be used With Direct Air Pressure Ranging From 50 To 70 Psig. A Separator Shall Be Used To Provide A Reclaim Efficiency Of 90%, I.e., A Minimum Of 90% By Weight Of The Original Sized Material Shall Be In The Reclaim. The Glass Bead Media Shall Be Maintained In A condition Free From Contamination With Other Metals, I.e., The Media Shall Not Have Been Used To Blast Equipment Containing Other Metals Or Alloys. 3.10 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 4. Quality Assurance contact The Contracting Officer For The First Article Test Facility Location Listed On Page One Block 5 Of The Contract. production Drop Test To Be Performed On 100% Of Production. Drop Test To Consist Of 18 Inch Free Fall Drop Without Dummy Load On To A Concretesurface. Container To Be Inspected Before And After Drop Test By Local Qar(with Consultation With Navsup Wss). excessive Damage Will Be Causefor Rejection (i.e More Than 3 Broken Rivets). The Government Reserves Theright To Perform Fit And Function Tests If Deemed Warrented. 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;to Drawing (78286) Spd65e-1701-001 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;to Drawing (78286) Spd65e-1701-001 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies; 4.1.5 Function ;is Not Required; 4.1.6 Compliance With Drawing ( ;78286; ) ;spd65e-1701-001; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one(1); ; Unit(s) Of The Following Cage ( ;78286; ; ) Part Number ;spd65e-1701-001; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 678 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;60; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;60; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Contract Date28 May 2021
Contract AmountUSD 518.2 K 
8581-8590 of 8612 active Tender Results