Data Entry Tenders
DEPT OF THE NAVY USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Details: Combined Synopsis/solicitationthis Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services 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 N66001-25-q-6163. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 334419, Other Electronic Component Manufacturing And The Small Business Size Standard Is 750 Employees. This Procurement Is A Total Small Business Set-aside. Only Quotes Submitted By Small Business Concerns Will Be Accepted By The Government. Any Quote That Is Submitted By A Non-small Business Concern Will Not Be Considered For Award.description Of Requirementsthe Government Is Seeking To Acquire Compact Peripheral Component Interconnect (cpci) Cards. To Be Considered Acceptable And Eligible For Award, Quotes Must Provide All Of 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.part Numberdescriptionquantityunit Of Issue000178c2-p8p8p8knknkl0bc00-55cpci-6u Multifunction I/o Boardcpci Card, Serial 12-ch/relay 8-ch/lat Relay 4-ch84each000278c2-p8p8z0z0z0z00bc00-55cpci-6u Multifunction I/o Boardcpci Card, Serial 8-ch84each0003n/ashipping1eachthe Expected Delivery Date Is On Or Before 30 May 2025. The Government Is Seeking Free On Board (fob) Destination Pricing To The Following Shipping Address: Niwc Pacific4297 Pacific Hwybldg Ot7san Diego, Ca. 92110offeror Instructionsthe Government Intends To Award A Firm Fixed Price (ffp) Contract Resulting From This Solicitation To The Responsible Offeror Whose Quotation Conforming To The Solicitation Represents The Lowest Price Technically Acceptable (lpta) Offer 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:1.general Information: Offeror Business Name, Address, Cage And Unique Entity Id (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) And Provide A Gsa Contract Number If Some Or All Items Proposed Are On The Gsa Schedule. Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Products And Commercial Services, Applies To This Acquisition. Offerors Must Include A Completed Copy Of This Provision With Offer.2.technical Documentation:a.technical Approach Or Specifications: The "brand Name" Item (including Part Number) Along With The Salient Physical, Functional, And Performance Characteristics That A "brand Name" Product Must Meet Are Specified Above In The "description Of Requirements". Offerors Shall Provide A Quote (no Page Limit) That Identifies The Brand Name Item. Additionally, Offerors Shall Specify Delivery Timeframes In Their Quote That Meet Or Exceed The Required Delivery Timeframe Specified Above. The Quote Must Address And Meet The Requirements/specifications As Defined Under Technical Acceptability Factor I Below. B.sustainable Acquisitions Information And Certification: The Contractor Shall Comply With All Sustainable Acquisition Policies In An Effort To Minimize The Government's Environmental Impact And Deliver Community Benefits Through Better Selection And Improved Usage Of Products And Services. In Accordance Far Part 23, Sustainable Acquisition Policies Apply To Both Contracts For Products 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 To All Line Items 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.d.counterfeit Information Technology (it) Certification: The Following It Related Statement Applies To Line Items 0001 And 0002 And Each Offeror Must Explicitly Confirm And Submit Supporting Documentation, As Needed: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.5.representation: To Be Considered For Award, Offerors Are Required To Submit The Representations At Far 52.204-24, Far 52.204-26, Dfars 252.204-7016, And Dfars 252.204-7017. (attachment 1 - Far & Dfars Provisions For Certification)evaluation Factors For Award:basis For Award: The Government Intends To Award A Contract To The Lowest Priced, Technically Acceptable Offeror, 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. A Quote Will Be Considered Non-responsive If Technical Acceptability Is Not Met. Technical Acceptability Is Defined In Factor I Below.factor I – Technical: The Government Will Evaluate The Quote And Verify If The Following Specification Requirements Are Met To Include All Information Required For A Complete Quote As Defined In Paragraph 2 Above. Additionally, The Government Will Evaluate The Quote And Verify Specification Requirements Are Met And Perform An Item Risk Assessment To Determine Technical Acceptability.•this Requirement Contains Supplies That Are Brand Name Pursuant To Far 11.105, Items Peculiar To One Manufacturer. To Be Considered For Award, The Offeror Is Required To Certify That The Product Being Offered Is An Original, New, And Trade Agreements Act (taa) Compliant (reference 2(c) Above) North Atlantic Industries (nai) Product. The Government Will Only Accept The Required Brand Name Product As Specified Above In The "description Of Requirements".factor Ii – 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. The Government Will Evaluate The Total Price And Perform A Price Risk Assessment To Determine Fair And Reasonableness.factor Iii – Past Performance: The Government Will Evaluate Past Performance, Beginning With The Lowest Priced Quote, By Reviewing Sources That May Include, But Are Not Limited To, Information From Government Personnel And Information From Sources Such As The Offeror's Responsibility/qualification (r/q) Documentation In System For Award Management (sam). The Government Will Consider Supplier Risk To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk Using The Past Performance Data In The Supplier Performance Risk System (sprs) To Include Quality, Delivery, And Other Contractor Performance Information."due Date And Submission Informationeligible 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 A Registered Cage And Unique Entity Id.page Limitations: Not Applicable. 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 11 April 2025 At 12:00pm, Pacific Time. Questions Must Be Uploaded On The Navwar E-commerce Website At Https://e-commerce.dc3n.navy.mil, Under Niwc Pacific/simplified Acquisitions/n66001-25-q-6163. Include Rfq# N66001-25-q-6163 On All Inquiries. Questions May Be Addressed At The Discretion Of The Government.rfq Due Date And Submission Requirements: This Rfq Closes On 28 April 2025 At 12:00pm, Pacific Time. Quotes Must Be Uploaded On The Navwar E-commerce Website At Https://e-commerce.dc3n.navy.mil, Under Niwc Pacific/simplified Acquisitions/ N66001-25-q-6163. E-mail Quotes Or Offers Will Not Be Accepted And Late Quotes Will Not Be Accepted.navwar E-commerce Website Assistance: For E-commerce Technical Issues, Contact The Navwar Paperless Help Desk At 858-537-0644 Or Ebusiness.navwar.fct@navy.mil. Government Rfq Point Of Contract: The Point Of Contact For This Solicitation Is Nicole Rodenbaugh At Nicole.c.rodenbaugh.civ@us.navy.mil. Reference Rfq# N66001-25-q-6163 On All Email Exchanges Regarding This Acquisition.rfq Attachments1.attachment 1- Far & Dfars Provisions For Certification (fill-in)2.attachment 2- Brand Name Justification (redacted)applicable Provisions And Clausesthis Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03 And Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice (dpn) 01/17/2025 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 (as Of Rfq Date) Of The Following Far And Dfars Provisions, Incorporated By Reference, Apply To This Acquisition:52.203-6 Restrictions On Subcontractor Sales To The Government--alternate I52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions 52.204-7 System For Award Management52.204-16 Commercial And Government Entity Code Reporting52.204-17 Ownership Or Control Of Offeror 52.204-20 Predecessor Of Offeror 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment52.204-26 Covered Telecommunications Equipment Or Services—representation52.209-2 Prohibition On Contracting With Inverted Domestic Corporations—representation52.209-7 Information Regarding Responsibility Matters52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law52.211-6 Brand Name Or Equal52.212-1 Instructions To Offerors- Commercial Products And Commercial Services52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I52.219-1 Small Business Program Representations--alternate I52.225-18 Place Of Manufacture52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications52.252-5 Authorized Deviations In Provisions252.203-7005 Representation Relating To Compensation Of Former Dod Officials252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation252.204-7024 Notice On The Use Of The Supplier Performance Risk System252.215-7008 Only One Offer252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors252.225-7055 Representation Regarding Business Operations With The Maduro Regime252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation252.225-7973 Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems—representation (aug 2024) (deviation 2024-o0014)252.239-7017 Notice Of Supply Chain Riskthe Following Far And Dfars Provisions, Incorporated By Full Text, Apply To This Acquisition:52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023)(a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition.(b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition.(c) Procedures. (1) The Offeror Shall Search For The Phrase "fascsa Order" In The System For Award Management (sam)( Https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition.(2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)).(3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation.(d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e).(e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer:(1) Name Of The Product Or Service Provided To The Government;(2) Name Of The Covered Article Or Source Subject To A Fascsa Order;(3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror;(4) Brand;(5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number);(6) Item Description;(7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used;(f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver.(end Of Provision)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/https://acquisition.gov/dfars (end Of Provision)far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Includes The Following Clauses By Reference:52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kasperskylab And Other Covered Entities52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment52.204-27 Prohibition On A Bytedance Covered Application52.209-10 Prohibition On Contracting With Inverted Domestic Corporations52.219-6 Notice Of Total Small Business Set-aside52.219-28 Post-award Small Business Program Representation52.222-3 Convict Labor52.222-50 Combatting Trafficking In Persons52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving52.232-33 Payment By Electronic Funds Transfer—system For Award Management52.232-40 Providing Accelerated Payments To Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law For Breach Of Contract Claim52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entitiesthe Current Version (as Of Rfq Date) Of The Following Far And Dfars Clauses, Incorporated By Reference, Apply To This Acquisition: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-13 System For Award Management Maintenance52.204-18 Commercial And Government Entity Code Maintenance52.204-19 Incorporation By Reference Of Representations And Certifications52.204-21 Basic Safeguarding Of Covered Contractor Information Systems52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services52.217-6 Option For Increased Quantity52.219-8 Utilization Of Small Business Concerns52.219-14 Limitations On Subcontracting (deviation 2021-o0008)52.219-33 Non-manufacturer Rule52.222-19 Child Labor—cooperation With Authorities And Remedies52.223-23 Sustainable Products And Services (deviation 2025-o0004)52.225-13 Restrictions On Certain Foreign Purchases52.232-39 Unenforceability Of Unauthorized Obligations52.243-1 Changes—fixed Price52.246-2 Inspection Of Supplies—fixed-price52.247-34 F.o.b. Destination52.249-8 Default (fixed-price Supply And Service)52.252-6 Authorized Deviations In Clauses252.203-7000 Requirements Relating To Compensation Of Former Dod Officials252.203-7002 Requirement To Inform Employees Of Whistleblower Rights252.204-7003 Control Of Government Personnel Work Product252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services252.204-7022 Expediting Contract Closeout252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism252.211-7003 Item Unique Identification And Valuation252.223-7008 Prohibition Of Hexavalent Chromium252.225-7012 Preference For Certain Domestic Commodities 252.225-7048 Export-controlled Items252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic Enterprises, And Native Hawaiian Small Business Concerns252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports252.232-7010 Levies On Contract Payments 252.239-7018 Supply Chain Risk 252.243-7001 Pricing Of Contract Modifications252.243-7002 Requests For Equitable Adjustment252.244-7000 Subcontracts For Commercial Products Or Commercial Services252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System252.246-7008 Sources Of Electronic Parts252.247-7023 Transportation Of Supplies By Sea—basiccd 2025-o0003 Restoring Merit-based Opportunity In Federal Contracts (mar 2025)the Following Far And Dfars Clauses, Incorporated By Full Text, Apply To This Acquisition: 52.252-2 Solicitation 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):https://www.acquisition.gov/https://acquisition.gov/dfars(end Of Clause)252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)(a) Definitions. As Used In This Clause—"department Of Defense Activity Address Code (dodaac)" Is A Six Position Code That Uniquely Identifies A Unit, Activity, Or Organization."document Type" Means The Type Of Payment Request Or Receiving Report Available For Creation In Wide Area Workflow (wawf)."local Processing Office (lpo)" Is The Office Responsible For Payment Certification When Payment Certification Is Done External To The Entitlement System."payment Request" And "receiving Report" Are Defined In The Clause At 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.(b) Electronic Invoicing. The Wawf System Provides The Method To Electronically Process Vendor Payment Requests And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation Supplement (dfars) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.(c) Wawf Access. To Access Wawf, The Contractor Shall—(1) Have A Designated Electronic Business Point Of Contact In The System For Award Management At Https://www.sam.gov; And(2) Be Registered To Use Wawf At Https://wawf.eb.mil/ Following The Step-by-step Procedures For Self-registration Available At This Web Site.(d) Wawf Training. The Contractor Should Follow The Training Instructions Of The Wawf Web-based Training Course And Use The Practice Training Site Before Submitting Payment Requests Through Wawf. Both Can Be Accessed By Selecting The "web Based Training" Link On The Wawf Home Page At Https://wawf.eb.mil/.(e) Wawf Methods Of Document Submission. Document Submissions May Be Via Web Entry, Electronic Data Interchange, Or File Transfer Protocol.(f) Wawf Payment Instructions. The Contractor Shall Use The Following Information When Submitting Payment Requests And Receiving Reports In Wawf For This Contract Or Task Or Delivery Order:(1) Document Type. The Contractor Shall Submit Payment Requests Using The Following Document Type(s):(i) For Cost-type Line Items, Including Labor-hour Or Time-and-materials, Submit A Cost Voucher.n/a(ii) For Fixed Price Line Items—(a) That Require Shipment Of A Deliverable, Submit The Invoice And Receiving Report Specified By The Contracting Officer.invoice (combo): Purchase Order N66001-25-p-6163(b) For Services That Do Not Require Shipment Of A Deliverable, Submit Either The Invoice 2in1, Which Meets The Requirements For The Invoice And Receiving Report, Or The Applicable Invoice And Receiving Report, As Specified By The Contracting Officer.n/a(2) Fast Pay Requests Are Only Permitted When Federal Acquisition Regulation (far) 52.213-1 Is Included In The Contract.(3) Document Routing. The Contractor Shall Use The Information In The Routing Data Table Below Only To Fill In Applicable Fields In Wawf When Creating Payment Requests And Receiving Reports In The System.routing Data Table*field Name In Wawfdata To Be Entered In Wawf Pay Official Dodaac N68732issue By Dodaac N66001admin Dodaac** N66001inspect By Dodaac N66001ship To Code N66001ship From Code N/amark For Codetbdservice Approver (dodaac) N/aservice Acceptor (dodaac) N/aaccept At Other Dodaac N/alpo Dodaac N/adcaa Auditor Dodaac N/aother Dodaac(s) N/a(4) Payment Request. The Contractor Shall Ensure A Payment Request Includes Documentation Appropriate To The Type Of Payment Request In Accordance With The Payment Clause, Contract Financing Clause, Or Federal Acquisition Regulation 52.216-7, Allowable Cost And Payment, As Applicable.(5) Receiving Report. The Contractor Shall Ensure A Receiving Report Meets The Requirements Of Dfars Appendix F.(g) Wawf Point Of Contact.(1) The Contractor May Obtain Clarification Regarding Invoicing In Wawf From The Following Contracting Activity's Wawf Point Of Contact.(2) Contact The Wawf Helpdesk At 866-618-5988, If Assistance Is Needed.(end Of Clause)
Closing Date28 Apr 2025
Tender AmountRefer Documents
DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY DCSA USA Tender
Others
United States
Details: Combined Synopsis/solicitation
hs002125re010
defense Counterintelligence And Security Agency
summary
this Is An Official Request For Proposal From The Defense Counterintelligence And Security Agency (dcsa). The Government Is Soliciting A Proposal For Birth Records Certification And Verification Per The Performance Work Statement.
naics: 519290
psc: R612
contract Type: Firm-fixed Price
evaluation Procedures: Far Part 15
period Of Performance: Base 4/1/2025- 3/31/2026 Plus 9 Option Years Nte 120 Months.
requirement:
please See The Attached Performance Work Statement For A Complete Description Of The Contract Requirements.
item/clins
supplies/service
quantity
unit
unit Price
amount
0001 Birth Record Certifications And Verifications 48,077 Each
option Line Item 1001 Birth Record Certifications And Verifications 53,624 Each
option Line Item 2001 Birth Record Certifications And Verifications 59,172 Each
option Line Item 3001 Birth Record Certifications And Verifications 64,719 Each
option Line Item 4001 Birth Record Certifications And Verifications 70,266 Each
option Line Item 5001 Birth Record Certifications And Verifications 77,663 Each
option Line Item 6001 Birth Record Certifications And Verifications 85,059 Each
option Line Item 7001 Birth Record Certifications And Verifications 92,456 Each
option Line Item 8001 Birth Record Certifications And Verifications 99,852 Each
option Line Item 9001 Birth Record Certifications And Verifications 107,249 Each
addendum To: Far 52.212-1 “instructions To Offerors—commercial Products And Commercial Services”:
the Government Is Not Liable For Any Costs Incurred By The Offeror In Submitting A Proposal In Response To This Rfp.
the Proposal Shall Be Valid For A Minimum Of 30 Calendar Days After The Government’s Receipt Of Proposal.
due Date: Proposals Shall Be Received By The Government Not Later Than March 20, At 5:00 Pm Est Eastern Time, Electronically Submitted To: Tracey.a.fann.civ@mail.mil And Michael.g.woolsey2.civ@mail.mil
the Offeror’s Complete Proposal Package Shall Include The Following:
proposal
submit A Microsoft Excel Workbook, And An Adobe Pdf Version Of The Workbook Of The Following As The Complete Proposal Package.
cover Page - 1 Page Max. Including The Following Information At Minimum.
a) Company Name As It Appears In Sam
b) Company Duns Number
c) Company Point Of Contact For This Acquisition Including Name, Title, Phone Number, And Email
price Proposal - Provide Pricing As A Microsoft Excel Workbook Utilizing The Item/clin Structure Referenced Above.
price Proposals Will Be Evaluated To Determine If They Are Reasonable And Complete. Price Reasonableness Is Established Through Price Analysis Techniques As Described In Far Part 15.404-1. For A Price To Be Complete, All Solicitation Requirements Must Be Correctly Priced And Presented In A Clear And Useful Format. The Offeror Shall Submit Pricing For The Base Period And All Option Periods. The Total Evaluated Price Will Consist Of The Offeror's Proposed Price For The Base Period And Option Periods.
completed Provision Representations Attachment.
addendum To: Far 52.212-2 Evaluation—commercial Products And Commercial Services
evaluation Factors For Award
factor 1: Statement Of Technical Understanding.
factor 2: Price: The Proposal Price Will Be Evaluated To Determine Fair And Reasonable Pricing. A Proposal Will Only Be Considered If It Provides A Firm Fixed Price For Each Clin As A Whole. The Contracting Officer Intends On Awarding Without Requests For Revisions Or Additional Information But Reserves The Right To Do So If In The Best Interest Of The Government.
dcsa Points Of Contact.
tracey Fann
contract Specialist
tracey.a.fann.civ@mail.mil
michael Woolsey
contracting Officer
michael.g.woolsey2.civ@mail.mil
applicable Provisions And Clauses:
provisions Incorporated By Reference
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
nov 2021
52.204-29
federal Acquisition Supply Chain Security Act Orders-representation And Disclosures.
dec 2023
52.204-7
system For Award Management
nov 2024
52.209-7
information Regarding Responsibility Matters
oct 2018
52.212-1
instructions To Offerors-commercial Products And Commercial Services
sept 2023
52.212-2
evaluation-commercial Product And Commercial Services
nov 2021
52.229-11
tax On Certain Foreign Procurements-notice And Representation
jun 2020
252.203-7005
representation Relating To Compensation Of Former Dod Officials
sept 2022
252.204-7008
compliance With Safeguarding Covered Defense Information Controls.
oct 2016
252.204-7024
notice On The Use Of The Supplier Performance Risk System.
mar 2023
252.239-7009
representation Of Use Of Cloud Computing
sept 2015
clauses Incorporated By Reference
52.203-3
gratuities
apr 1984
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.212-4
contract Terms And Conditions-commercial Products And Commercial Services
nov 2023
252.201-7000
contracting Officer's Representative
dec 1991
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sept 2011
252.203-7002
requirement To Inform Employees Of Whistleblower Rights
dec 2022
252.204-7012
safeguarding Covered Defense Information And Cyber Incident Reporting
may 2024
252.204-7018
prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
jan 2023
252.204-7020
nist Sp 800-171 Dod Assessment Requirements
nov 2023
252.205-7000
provision Of Information To Cooperative Agreement Holders
oct 2024
252.222-7006
restrictions On The Use Of Mandatory Arbitration Agreements
jan 2023
252.225-7056
prohibition Regarding Business Operations With The Maduro Regime
jan 2023
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
dec 2018
252.232-7010
levies On Contract Payments
dec 2006
252.239-7010
cloud Computing Services
jan 2021
252.243-7002
requests For Equitable Adjustment
dec 2022
252.244-7000
subcontracts For Commercial Products Or Commercial Services
nov 2023
provisions And Clauses Incorporated By Full Text
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 Proposal 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 Proposal Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
acquisition.gov (end Of Provision)
52.212-2evaluation—commercial Products And Commercial Services
as Prescribed In12.301(c), Thecontracting Officermayinsert A Provisionsubstantially As Follows:
evaluation—commercial Productsandcommercial Services(nov 2021)
(a)the Government Will Award A Contract Resulting From Thissolicitationto The Responsibleofferorwhoseofferconforming To Thesolicitationwill Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factorsshallbe Used To Evaluateoffers:
factor 1: Technical Acceptability: A Proposal Will Only Be Considered Technically Acceptable If It Clearly Demonstrates Compliance With The Pws Document And The Technical Specifications Listed Below And Provides A Firm Fixed Price For Each Clin As A Whole.
interface Capabilities: "the Vendor Must, At A Minimum, Interface Directly With The Individual Jurisdiction Databases And Provide A Single Connection For Birth Certifications/verifications." (pws 1.3, P.3) Any Solution Not Meeting This Requirement Will Be Deemed Technically Unacceptable.
graphical User Interface: "the Vendor Must Also Make Available A Website With A Graphical User Interface (gui) For Manual Queries. Dcsa Users Must Be Able To Manually Enter Pii And Immediately Receive A Birth Certification Response." (pws 1.3, P.3) Any Solution Not Meeting This Requirement Will Be Deemed Technically Unacceptable.
factor 2: Price: The Proposal Price Will Be Evaluated To Determine Fair And Reasonable Pricing. A Proposal Will Only Be Considered If It Provides A Firm Fixed Price For Each Clin As A Whole. The Contracting Officer Intends On Awarding Without Requests For Revisions Or Additional Information But Reserves The Right To Do So If In The Best Interest
technical Andpast Performance, When Combined, Areapproximately Equal When Compared To Price.
(b)options. The Government Will Evaluateoffersfor Award Purposes By Adding The Total Price For Alloptionsto The Total Price For The Basic Requirement. The Governmentmaydetermine That Anofferis Unacceptable If Theoptionprices Are Significantly Unbalanced. Evaluation Ofoptionsshallnot Obligate The Government To Exercise Theoption(s).
(c)a Written Notice Of Award Or Acceptance Of Anoffer, Mailed Or Otherwise Furnished To The Successfulofferorwithin The Time For Acceptance Specified In Theoffer,shallresult In A Binding Contract Without Further Action By Either Party. Before Theoffer’s Specified Expiration Time, The Governmentmayaccept Anoffer(or Part Of Anoffer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Products And Commercial Services. (deviation 2025-o0003 And 2025-o0004) (jan 2025) Deviation 2025-o0004 (mar 2025)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 ( 19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
x (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655).
x (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509)).
(3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
(4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community-see Far 3.900(a).
x (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) ( 31 U.s.c. 6101 Note).
(6) [reserved].
(7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
(8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
x (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
(10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders-federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115-390, Title Ii).
(11)
(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders-prohibition. (dec 2023) (pub. L. 115-390, Title Ii).
(ii) Alternate I (dec 2023) Of 52.204-30.
x (12) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded. (jan 2025) (31 U.s.c. 6101 Note).
x (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
(14) [reserved].
(15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a).
(16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
(17) [reserved]
(18)
(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
(ii) Alternate I (mar 2020) Of 52.219-6.
(19)
(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644).
(ii) Alternate I (mar 2020) Of 52.219-7.
(20) 52.219-8, Utilization Of Small Business Concerns (jan 2025)(15 U.s.c. 637(d)(2) And (3)).
(21)
(i) 52.219-9, Small Business Subcontracting Plan (jan 2025) (15 U.s.c. 637(d)(4)).
(ii) Alternate I (nov 2016) Of 52.219-9.
(iii) Alternate Ii (nov 2016) Of 52.219-9.
(iv) Alternate Iii (jun 2020) Of 52.219-9.
(v) Alternate Iv (jan 2025) Of 52.219-9.
(22)
(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
(ii) Alternate I (mar 2020) Of 52.219-13.
(23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s).
(24) 52.219-16, Liquidated Damages-subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)).
(25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f).
(26)
(i) 52.219-28, Postaward Small Business Program Representation (jan 2025) (15 U.s.c. 632(a)(2)).
(ii) Alternate I (mar 2020) Of 52.219-28.
(27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)).
(28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)).
(29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
(30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)).
x (31) 52.222-3, Convict Labor (jun 2003) (e.o.11755).
x (32) 52.222-19, Child Labor-cooperation With Authorities And Remedies (jan 2025)(e.o. 13126).
(33) [reserved]
(34) [reserved]
(35)
(i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(ii) Alternate I (jul 2014) Of 52.222-35.
(36)
(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(ii) Alternate I (jul 2014) Of 52.222-36.
x (37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212)
(38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
x (39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
(ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(40) 52.222-54, Employment Eligibility Verification (jan 2025) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
(41)
(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) ( 42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
(ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
(42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.).
(43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.).
(44) 52.223-20, Aerosols (may 2024) (42 U.s.c. 7671, Et Seq.).
(45) 52.223-21, Foams (may 2024) (42 U.s.c. 7671, Et Seq.).
(46) 52.223-23, Sustainable Products And Services (mar 2025) (deviation 2025-o0004)) (7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l).
x (47)(i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A).
(ii) Alternate I (jan 2017) Of 52.224-3.
(48)
(i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83).
(ii) Alternate I (oct 2022) Of 52.225-1.
(49)
(i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
(ii) Alternate I [reserved].
(iii) Alternate Ii (jan 2025) Of 52.225-3.
(iv) Alternate Iii (feb 2024) Of 52.225-3.
(v) Alternate Iv (oct 2022) Of 52.225-3.
(50) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
(51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
(52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150).
(54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
(55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513).
(56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021).
(57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
(58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
x (59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct2018) (31 U.s.c. 3332).
(60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
(61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
x (62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
(63) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.).
(64) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)).
(65)
(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631).
(ii) Alternate I (apr 2003) Of 52.247-64.
(iii) Alternate Ii (nov 2021) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
[contracting Officer Check As Appropriate.]
(1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67).
(2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
(3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
(4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) ( 29u.s.c.206 And 41 U.s.c. Chapter 67).
(5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67).
(6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67).
(7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(10) 52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking (jan 2025) (49 U.s.c. 40118(g)).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)
(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause-
(i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712).
(iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
(vii)
(a) 52.204-30, Federal Acquisition Supply Chain Security Act Orders-prohibition. (dec 2023) (pub. L. 115-390, Title Ii).
(b) Alternate I (dec 2023) Of 52.204-30.
(viii) 52.219-8, Utilization Of Small Business Concerns (jan 2025) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(ix) [reserved]
(x) [reserved]
(xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
(xvi)
(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627).
(b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67).
(xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67).
(xix) 52.222-54, Employment Eligibility Verification (jan 2025) (e.o. 12989).
(xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022).
(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(xxii)
(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40.
(xxvi) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.).
(xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
52.217-9 Option To Extend The Term Of The Contract (mar 2000)
as Prescribed In 17.208(g), Insert A Clause Substantially The Same As The Following:
option To Extend The Term Of The Contract (mar 2000)
(a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension.
(b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
(c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 120 Months.
(end Of Clause)
252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)
as Prescribed In 232.7004(b), Use The Following Clause:
wide Area Workflow Payment Instructions (jan 2023)
(a) Definitions. As Used In This Clause-
"department Of Defense Activity Address Code (dodaac)" Is A Six Position Code That Uniquely Identifies A Unit, Activity, Or Organization.
"document Type" Means The Type Of Payment Request Or Receiving Report Available For Creation In Wide Area Workflow (wawf).
"local Processing Office (lpo)" Is The Office Responsible For Payment Certification When Payment Certification Is Done External To The Entitlement System.
"payment Request" And "receiving Report" Are Defined In The Clause At 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.
(b) Electronic Invoicing. The Wawf System Provides The Method To Electronically Process Vendor Payment Requests And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation Supplement (dfars) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.
(c) Wawf Access. To Access Wawf, The Contractor Shall-
(1) Have A Designated Electronic Business Point Of Contact In The System For Award Management At Https://www.sam.gov; And
(2) Be Registered To Use Wawf At Https://wawf.eb.mil/ Following The Step-by-step Procedures For Self-registration Available At This Web Site.
(d) Wawf Training. The Contractor Should Follow The Training Instructions Of The Wawf Web-based Training Course And Use The Practice Training Site Before Submitting Payment Requests Through Wawf. Both Can Be Accessed By Selecting The "web Based Training" Link On The Wawf Home Page At Https://wawf.eb.mil/
(e) Wawf Methods Of Document Submission. Document Submissions May Be Via Web Entry, Electronic Data Interchange, Or File Transfer Protocol.
(f) Wawf Payment Instructions. The Contractor Shall Use The Following Information When Submitting Payment Requests And Receiving Reports In Wawf For This Contract Or Task Or Delivery Order:
(1) Document Type. The Contractor Shall Submit Payment Requests Using The Following Document Type(s):
(i) For Cost-type Line Items, Including Labor-hour Or Time-and-materials, Submit A Cost Voucher.
(ii) For Fixed Price Line Items-
(a) That Require Shipment Of A Deliverable, Submit The Invoice And Receiving Report Specified By The Contracting Officer.
_______________________________________n/a______________________________________
(b) For Services That Do Not Require Shipment Of A Deliverable, Submit Either The Invoice 2in1, Which Meets The Requirements For The Invoice And Receiving Report, Or The Applicable Invoice And Receiving Report, As Specified By The Contracting Officer.
_______________________________invoice 2in1_________________________________________
(iii) For Customary Progress Payments Based On Costs Incurred, Submit A Progress Payment Request.
(iv) For Performance Based Payments, Submit A Performance Based Payment Request.
(v) For Commercial Financing, Submit A Commercial Financing Request.
(2) ) Fast Pay Requests Are Only Permitted When Federal Acquisition Regulation (far) 52.213-1 Is Included In The Contract.
[note: The Contractor May Use A Wawf "combo" Document Type To Create Some Combinations Of Invoice And Receiving Report In One Step.]
(3) Document Routing. The Contractor Shall Use The Information In The Routing Data Table Below Only To Fill In Applicable Fields In Wawf When Creating Payment Requests And Receiving Reports In The System.
(4) Payment Request. The Contractor Shall Ensure A Payment Request Includes Documentation Appropriate To The Type Of Payment Request In Accordance With The Payment Clause, Contract Financing Clause, Or Federal Acquisition Regulation 52.216-7, Allowable Cost And Payment, As Applicable.
(5) Receiving Report. The Contractor Shall Ensure A Receiving Report Meets The Requirements Of Dfars Appendix F.
(g) Wawf Point Of Contact.
(1) The Contractor May Obtain Clarification Regarding Invoicing In Wawf From The Following Contracting Activity's Wawf Point Of Contact: Tracey.a.fann.civ@mail.mil
(2) Contact The Wawf Helpdesk At 866-618-5988, If Assistance Is Needed.
(end Of Clause)
Closing Date24 Mar 2025
Tender AmountRefer Documents
2541-2550 of 2542 archived Tenders