61--N0018919QG098 NSSF AIZOON INTERTEX VERTICAL LIFT SYSTEM WITH ONSITE INSTALLATION
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this... AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0018919QG098 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-05-24 12:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Groton, CT 06340 The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following: LI 001: VERTICAL LIFT STORAGE SYSTEM TO INCLUDE ONSITE INSTALLATION AND DELIVERY AND SHIPPING FOB DESTINATION TO GROTON, CT 06349 SELLERS SHALL COMPLETE BID IN ACCORDANCE WITH INSTRUCTIONS TO QUOTERS TO INCLUDE ALL MANDATORY TECHNICAL CRITERIA AND ATTACHMENTS UPLOADED ONTO FEDBID REVERSE AUCTION Electronic Vertical Lift System to include onsite installation to Groton, CT. Mfg., Kardex Remstar, LLC Intertex Group Aizoon Intertex TowerMat Vertical Lift System Model RM LG EE 1.1 SELLERS SEE ATTACHED SPECIFICATIONS. See Incorporated Statement of Work and Salient Characteristics System shall have the INT-T7 1 Touch Control System to ensure compatibility with existing equipment. Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 332439 and the Small Business Standard is 100%. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ FSG would like to purchase and have installed a vertical storage unit with the below specifications. This is a new piece of equipment and NSSF has had the engineering study completed and the foundation in building 40 will support the unit Unit shall not be taller than 16.75 feet Width shall not exceed 15 feet Depth shall not exceed 7.9 feet Weight of the unit shall be supported on no less than 14� wide minimum steel bearing plates. Unit total weight of the machine shall not exceed 19,800 pounds with a total load capacity of 39,600 pounds for a total load of machine and material not to exceed 59,400 pounds Unit will be required to have the following (15) trays with a tray load capacity of 2500 lbs. per tray and a depth of 24 inches by 10 feet long. 4 trays 12� high 11 Trays at 6� Unit shall be powered by 440 volts A/C supplied by the government Shall have a pendant control for manual retrieval if needed Shall have a touch control screen for operation with the ability to lock out operation and trays if needed for security System will have a passcode requirement prior to material input or retrieval. Item management to control input and output into trays Password protection Unit should have side fencing panels to prevent access to sides and back of unit Front shall be equipped with a light curtain to shut down the machine to prevent personnel injury. Machine shall be equipped with Low Voltage protection Shall have all required safety items as required by OSHA Install assistance and training The government will be responsible for provide a forklift and scissor lift for installation both will require government operators, scissor lift will have required a OSHA approved harness to be worn by the contractor and provided by them. Contractor shall provide at least 2 days of operator training on safe use and maintenance of the equipment. SELLERS MUST COMPLETE MATRIX AND UPLOAD WITH THEIR BID SEE ATTACHED FOR TABLE MATRIX This requirement is listed as Brand Name or Equal. “Or equal� quotes are invited and encouraged; however, they must meet the following salient characteristics. Failure to meet the salient characteristics means an "or equal" quote is considered unacceptable and is therefore ineligible for award. Award will be made to the lowest priced brand name, "or equal" quote. Brand Name Salient Characteristics Yes NO Kardex Remstar by Intertex TowerMat Vertical Lift System, Model TM LG EE 1.1 Set of frames (1) lift platform (1) load-unload station Qty (1) (15)load-carrying cassettes (4) @ 12� product height and (11) @ 6� product height Electric control with 1 operation terminal, 1 side operation (1) set of safety devices (1) Unit shall not be taller than 16.75 ft. Width shall not exceed 15 ft. Depth shall not exceed 7.9 feet Weight of unit shall be supported on no less than 14� wide minimum steel bearing plates Unit total weight of machine shall not exceed 19,800 pounds with a total load capacity of 39,600 pounds for a total load of machine and material not to exceed 59,400 pounds Vertical Lift System shall have the INT-T1, 1 Touch Control System Qty. 15 Load Carrying Cassettes 19.10017 Rev00 Current Offering 15 Cassettes (15) trays with a tray load capacity of 2500 lbs. per tray and a depth of 24 inches by 10 feet long (4) trays 12’ high (11) trays at 6� Access Times Cassette change on average 80-90 sec Unit Power Unit shall be powered by 440 volts A/C supplied by the government Main Connection 460-480 v 3 Phase w/neutral/ground- 60 Hz Safety Devices Safety light-curtain barrier with automatic self-test in compliance w/EN 15095. Main switch lockable. (2) Emergency Stops. One at control and another at the laterally opposite side. Height control, overload control, and tunnel control. Lift Platform Lifting Drive: 2 Bevel Gear Drive Motors, Frequency Driven Drive Power 2 x 3.0 kW: 4.02 HP Lifting Speed: Max. 10 m / min. (32.81 ft. / min.) Cassette Extractor: Via chain-guided support Extractor Speed: Max. 9.3 m / min. (30.51 ft. / min.) Cassettes Cassette Construction: • Support tubes for material are located on 500mm centers. • The outside ends of the cassettes have sheet metal welded in place so product cannot shift lengthwise out of the cassette and also for nesting them into the frames. • Cassettes have 500mm long steel bottom at both outside ends. On-Site Installation Naval Submarine Base, Building 40 Groton, CT 06349 Operator On-Site Training 2-Days On-Site Training Shipping Delivery FOB Destination to Groton, CT 06349 1.0 ACCESS TO GOVERNMENT FACILITIES Government facilities will be made available to the vendor. Scheduling and access to facility will be coordinated through the GTPOC. "Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through one of the designated independent contractor NCACS service providers. Credentials will be issued every five years and access privileges will be reviewed and or renewed on an annual basis. The costs incurred to obtain Navy installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm See "Popular Links". ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Naval Station Security via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil NAVSUP Fleet Logistics Center Norfolk, Groton Contracting Office, Code 245.2 may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP Fleet Logistics Center Norfolk, Groton, Contracting Office, Code 245.2 contract. 1. Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. This will be awarded on the lowest price technically acceptable for the whole dollar value. 2. All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. 3. Sellers must upload all technical criteria, lead time, and attachments with bid otherwise you may be automatically disqualified for not providing mandatory attachments. Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes/No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. 4. The Vendor shall complete, sign, and attach FAR 52.203-18 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 5. The Vendor shall complete, sign and attach FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016). 6. The vendor shall complete, sign, and attach FAR 52.225-18 Place of Manufacture (Mar 2015). 7. The Vendor shall complete, sign, and attach DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no place of manufacture is filled out on DFARS 252.225-7000 the bid will be evaluated as it is a foreign non qualifying country per DFARS 225.502 (c) (i) (E). PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with 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), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) Signature: _______________________ Name: __________________________ Title: ___________________________ Date: ___________________________ REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Signature: _______________________ Name: __________________________ Title: ___________________________ Date: ___________________________ PLACE OF MANUFACTURE (AUG 2018) (a) Definitions. As used in this provision-- Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (End of provision) Signature: _______________________ Name:__________________________ Title: ___________________________ Date: ___________________________ WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. “Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. “Payment request� and “receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training� link on the WAWF home page at https://wawf.eb.mil/. Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 Security Requirements AUG 1996 System for Award Management OCT 2018 System for Award Management Maintenance OCT 2018 Commercial and Government Entity Code Reporting JUL 2016 Commercial and Government Entity Code Maintenance JUL 2016 Brand Name or Equal AUG 1999 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Protest After Award AUG 1996 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2017 Export-Controlled Items JUN 2013 Subcontracts for Commercial Items JUN 2013 Sources of Electronic Parts MAY 2018 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2018) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »