The RFP Database
New business relationships start here

OCP Massif Jackets


New Hampshire, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  The solicitation number is W912TF-19-Q-5022, 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 (FAC) 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332: Industrial Launderers, a small business size standard of $38.5M.  This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 5 September 2019 at 12:00 pm Eastern Time. Free On Board (FOB) Destination shall be 302 Newmarket Street, Newington, NH 03803. The Government intends to award a Firm-Fixed Price (FFP) contract.
The New Hampshire Air National Guard has a brand name requirement for sixty-nine Massif OCP jackets. Must be safe-to-fly. Must have shoulder and chest Velcro required for aircrew patches. Air Force approved product. Must be American made. 69, EA.


 

 





CLIN



Description



QTY



Price



Total





0001



Small/Short - Massif jacket. Must be safe-to-fly in OCP color pattern



3



 



 





0002



Small/Regular- Massif jacket. Must be safe-to-fly in OCP color pattern



3



 



 





0003



Small/Long- Massif jacket. Must be safe-to-fly in OCP color pattern



1



 



 





0004



Medium/Short- Massif jacket. Must be safe-to-fly in OCP color pattern



6



 



 





0005



Medium/Regular- Massif jacket. Must be safe-to-fly in OCP color pattern



18



 



 





0006



Large/Short- Massif jacket. Must be safe-to-fly in OCP color pattern



6



 



 





0007



Large/Regular- Massif jacket. Must be safe-to-fly in OCP color pattern



25



 



 





0008



Large/Long- Massif jacket. Must be safe-to-fly in OCP color pattern



2



 



 





0009



XLarge/Short- Massif jacket. Must be safe-to-fly in OCP color pattern



1



 



 





0010



XLarge/Regular- Massif jacket. Must be safe-to-fly in OCP color pattern



3



 



 





0011



XXL/Regular- Massif jacket. Must be safe-to-fly in OCP color pattern



1



 



 





 

 

Delivery Date: 30 days Preferred After Date of Contract

 

All technical or contractual questions shall be submitted in writing via e-mail no later than 12:00 pm EST on 5 September 2019 to Abigail Sargent at abigail.l.sargent.mil@mail.mil. ; Telephone inquiries will not be accepted. If the Government responses to technical questions affect any portion of the solicitation, then an Amendment of Solicitation will be issued.

 

The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W912TF-19-Q-5022. For example, the subject of your email should be similar to the following:

Quote Submission by Company XXXXX, Solicitation Number W912TF-19-Q-5022

Company XXXXX Question Regarding Solicitation Number W912TF-19-Q-5022

 

 

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at https://beta.sam.gov/.  Registration must be "ACTIVE" at the time of award.

 

The selected offeror must comply with the following provisions and clauses.


 

 

CLAUSES INCORPORATED BY REFERENCE

 

 





52.203-19



Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



JAN 2017



 





52.204-7



System for Award Management



OCT 2018



 





52.204-13



System for Award Management Maintenance



OCT 2018



 





52.204-18



Commercial and Government Entity Code Maintenance



JUL 2016



 





52.204-18



Commercial and Government Entity Code Maintenance



JUL 2016



 





52.204-19



Incorporation by Reference of Representations and Certifications.



DEC 2014



 





52.204-23



Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.



JUL 2018



 





52.209-10



Prohibition on Contracting With Inverted Domestic Corporations



NOV 2015



 





52.209-10



Prohibition on Contracting With Inverted Domestic Corporations



NOV 2015



 





52.212-1



Instructions to Offerors--Commercial Items



OCT 2018



 





52.212-3



Offeror Representations and Certifications--Commercial Items



OCT 2018



 





52.212-4



Contract Terms and Conditions--Commercial Items



OCT 2018



 





52.212-4



Contract Terms and Conditions--Commercial Items



OCT 2018



 





52.212-5



Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items



MAY 2019



 





52.219-6



Notice Of Total Small Business Set-Aside



NOV 2011



 





52.219-6



Notice Of Total Small Business Set-Aside



NOV 2011



 





52.222-3



Convict Labor



JUN 2003



 





52.222-3



Convict Labor



JUN 2003



 





52.222-19



Child Labor -- Cooperation with Authorities and Remedies



JAN 2018



 





52.222-21



Prohibition Of Segregated Facilities



APR 2015



 





52.222-21



Prohibition Of Segregated Facilities



APR 2015



 





52.222-26



Equal Opportunity



SEP 2016



 





52.222-26



Equal Opportunity



SEP 2016



 





52.222-50



Combating Trafficking in Persons



JAN 2019



 





52.222-50



Combating Trafficking in Persons



JAN 2019



 





52.223-18



Encouraging Contractor Policies To Ban Text Messaging While Driving



AUG 2011



 





52.225-13



Restrictions on Certain Foreign Purchases



JUN 2008



 





52.225-25



Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.



AUG 2018



 





52.232-33



Payment by Electronic Funds Transfer--System for Award Management



OCT 2018



 





52.232-39



Unenforceability of Unauthorized Obligations



JUN 2013



 





52.232-40



Providing Accelerated Payments to Small Business Subcontractors



DEC 2013



 





52.233-3



Protest After Award



AUG 1996



 





52.233-4



Applicable Law for Breach of Contract Claim



OCT 2004



 





52.247-34



F.O.B. Destination



NOV 1991



 





252.201-7000



Contracting Officer's Representative



DEC 1991



 





252.203-7002



Requirement to Inform Employees of Whistleblower Rights



SEP 2013



 





252.203-7005



Representation Relating to Compensation of Former DoD Officials



NOV 2011



 





252.204-7003



Control Of Government Personnel Work Product



APR 1992



 





252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



OCT 2016



 





252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



MAY 2016



 





252.223-7008



Prohibition of Hexavalent Chromium



JUN 2013



 





252.225-7001



Buy American And Balance Of Payments Program-- Basic



DEC 2017



 





252.225-7031



Secondary Arab Boycott Of Israel



JUN 2005



 





252.225-7048



Export-Controlled Items



JUN 2013



 





252.232-7003



Electronic Submission of Payment Requests and Receiving Reports



DEC 2018



 





252.232-7010



Levies on Contract Payments



DEC 2006



 





252.243-7001



Pricing Of Contract Modifications



DEC 1991



 





252.244-7000



Subcontracts for Commercial Items



JUN 2013



 





 

 

CLAUSES INCORPORATED BY FULL TEXT

 

 

52.212-1      INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2018) [CSMCN1] 

 

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

 

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show--

 

(1) The solicitation number; W912TF-19-P-5022

 

(2) The time specified in the solicitation for receipt of offers;

 

(3) The name, address, and telephone number of the offeror;

 

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

 

(5) Terms of any express warranty;

 

(6) Price and any discount terms;

 

(7) "Remit to" address, if different than mailing address;

 

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

 

(9) Acknowledgment of Solicitation Amendments;

 

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

 

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

 

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

 

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.

 

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

 

(f) Late submissions, modifications, revisions, and withdrawals of offers:

 

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

 

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

 

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

 

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

 

(C) If this solicitation is a request for proposals, it was the only proposal received.

 

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

 

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

 

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

 

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

 

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

 

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

 

(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC

20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.

 

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

 

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

 

(i) ASSIST (https://assist.dla.mil/online/start/).

 

(ii) Quick Search (http://quicksearch.dla.mil/).

 

(iii) ASSISTdocs.com (http://assistdocs.com).

 

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by--

 

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

 

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

 

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

 

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

 

(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ''Unique Entity Identifier'' followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror

does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.

 

(k) Reserved.

 

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

 

(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

 

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

 

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

 

(4) A summary of the rationale for award;

 

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

 

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

 

(End of provision)

 

 

 

52.212-2     EVALUATION--COMMERCIAL ITEMS (OCT 2014)

 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

 
1. Price

        a. All CLIN and Sub-Clins are individually priced

        b. All prices are reasonable

2. Technical

       a. All products must meet the brand name identified in the CLINs.


Technical Capability is equal to Price (see (d))

 

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

 

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 

(d) The Government will perform a comparative evaluation of quotations in accordance with FAR 13.106-2(b)(3).  The evaluation encompasses a direct comparison of quotations to identify similarities and difference for the purpose of determining whether a quotation providing more than the minimum offers more value to the Government. The Government will not make an award at the significantly higher overall price to achieve a slightly better solution (i.e. Technical) and to the extent that technical capability is evaluated to be similar in the merit among quoters. Price is more likely to be the determining factor for award.

 

(e) Prior to making an award, the Government shall determine that the proposed price is fair and reasonable in accordance with FAR 13.106-3(a), utilizing one or more of the techniques identified at FAR 13.106-3(a)(1) and /or FAR 13.106-3(a)(2)

 

 

 

 

(End of provision)

 

 

 

52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2019)

 

(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 items:

 

(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 and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

 

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

 

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

 

(5) 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 items: (Contracting Officer check as appropriate.)

 

 ___   (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

 

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

 

____  (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

 

___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).

 

___  (5) [Reserved]

 

___  (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

  

___  (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

 

___  (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

 

____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).

 

____ (10) [Reserved]

 

____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

 

____  (ii) Alternate I (NOV 2011) of 52.219-3.

 

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

   

____ (ii) Alternate I (JAN 2011) of 52.219-4.

 

____ (13) [Reserved]

 

____ (14)(i)  52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

 

____ (ii) Alternate I (NOV 2011).

 

____ (iii) Alternate II (NOV 2011).

 

____ (15)(i)  52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

 

____ (ii) Alternate I (Oct 1995) of 52.219-7.

 

____ (iii) Alternate II (Mar 2004) of 52.219-7.

 

____ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).

 

____ (17)(i)  52.219-9, Small Business Subcontracting Plan (Aug 2018) (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 (Nov 2016) of 52.219-9.

 

____ (v) Alternate IV (Aug 2018) of 52.219-9.

 

____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

 

____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).

 

____ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

 

____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

 

____ (22)  52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).

 

____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

   

____(24) 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 (Dec 2015) (15 U.S.C. 637(m)).

 

____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

 

____(26)  52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).

 

____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

 

____ (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

 

____ (ii) Alternate I (Feb 1999) of 52.222-26.

   

____ (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).

   

____ (ii) Alternate I (July 2014) of 52.222-35.

   

____ (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

   

____ (ii) Alternate I (July 2014) of 52.222-36.

 

____ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

 

____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

 

____ (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (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).

 

____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

 

____ (35)(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.)

 

____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

 

____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).

 

____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

 

____  (ii) Alternate I (OCT 2015) of 52.223-13.

 

____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

 

____   (ii) Alternate I (Jun 2014) of 52.223-14.

 

____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

 

____ (41)(i)  52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

 

____ (ii) Alternate I (Jun 2014) of 52.223-16.

 

____ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

 

____ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

 

____ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).

 

____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

 

____ (ii) Alternate I (JAN 2017) of 52.224-3.

 

____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

 

____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.

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 (May 2014) of 52.225-3.

 

____ (iii) Alternate II (May 2014) of 52.225-3.

 

____ (iv) Alternate III (May 2014) of 52.225-3.

 

____ (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

 

____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

 

____ (50) 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. 2302 Note).

 

____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

 

____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

 

____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

 

____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

 

____ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

 

____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332).

 

____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

 

____  (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

 

____  (59)  52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)).

 

____ (60)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

   

____ (ii) Alternate I (Apr 2003) of 52.247-64.

   

____ (iii) Alternate II (Feb 2006) 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 items: (Contracting Officer check as appropriate.)

 

_____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

 

_____ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

 

_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

 

_____ (4) 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).

 

_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

 

_____ (6) 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).

 

_____ (7) 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).

 

_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).

 

_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).     

 

_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

 

(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, 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 items. 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 (Oct 2015) (41 U.S.C. 3509)

 

(ii) 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)).

 

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

 

(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

 

(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

 

(vi)  52.222-21, Prohibition of Segregated Facilities (Apr 2015).

 

(vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

 

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

 

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

 

(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

 

(xi) 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.

 

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).

 

(xiii) _____ (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

 

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 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.)

 

(xv) 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)

 

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

 

(xvii)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

   

(xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

 

(xix)  52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

 

(xx) 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. 2302 Note).

 

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

 

(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations.

 

(End of clause)

 

 

 

 

 

 

52.252-1     SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

 

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

 

https://www.acquisition.gov/browse/index/far

 

(End of provision)

 

 

 

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

 

https://www.acquisition.gov/browse/index/far

 

(End of clause)

 

 

 

52.252-3     ALTERATIONS IN SOLICITATION (APR 1984)

 

Portions of this solicitation are altered as follows:

 

 

 

 

 

52.252-6     AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

 

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

 

(b) The use in this solicitation or contract of any Defense Acquisition Regulations System, Department of Defense (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

 

(End of clause)

 

 

 

252.211-7003   ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)

 

(a) Definitions. As used in this clause-

 

Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.

 

Concatenated unique item identifier means--

 

(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or

 

(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number.

 

Data Matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200

(ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022.

 

Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.

 

DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD.  All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.

 

DoD item unique identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items.  For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number.  For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.

 

Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.

 

Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency.

 

Government's unit acquisition cost means--

 

(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;

 

(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and

 

(3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery.

 

Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459.

 

Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier.

 

Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.

 

Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions.

 

Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.

 

Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface.

 

Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent.

 

Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.

 

Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.

 

Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier.

 

Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier.

 

Type designation means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto.

 

Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.

 

Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.

 

(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.

 

(c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following:

 

(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items:

 

------------------------------------------------------------------------

 Contract line, subline, or exhibit

           line item No.                                 Item description

------------------------------------------------------------------------

                                     SEE SCHEDULE

------------------------------------------------------------------------

 

(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table:

 

------------------------------------------------------------------------

 Contract line, subline, or exhibit

           line item No.                              Item description

------------------------------------------------------------------------

                                     SEE SCHEDULE

------------------------------------------------------------------------

 

 

(If items are identified in the Schedule, insert ''See Schedule'' in this table.)

 

(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ----.

 

(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ----.

 

(v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or

 

(iv) of this clause for which the contractor creates and marks a unique item identifier for traceability.

 

(2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.

   

(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information

technology--International symbology specification--Data matrix; ECC200 data matrix specification.

   

(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that--

   

(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:

 

(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.

   

(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers

and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.

   

(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and

   

(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology-Transfer Syntax for High Capacity Automatic Data Capture Media.

   

(5) Unique item identifier.

   

(i) The Contractor shall--

   

(A) Determine whether to--

   

(1) Serialize within the enterprise identifier;

   

(2) Serialize within the part, lot, or batch number; or

   

(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and

  

(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique

identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version;

   

(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and

   

(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest

version.

   

(ii) The issuing agency code--

   

(A) Shall not be placed on the item; and

   

(B) Shall be derived from the data qualifier for the enterprise identifier.

 

(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information:

 

(1) Unique item identifier.

 

(2) Unique item identifier type.

 

(3) Issuing agency code (if concatenated unique item identifier is used).

 

(4) Enterprise identifier (if concatenated unique item identifier is used).

 

(5) Original part number (if there is serialization within the original part number).

 

(6) Lot or batch number (if there is serialization within the lot or batch number).

 

(7) Current part number (optional and only if not the same as the original part number).

 

(8) Current part number effective date (optional and only if current part number is used).

 

(9) Serial number (if concatenated unique item identifier is used).

 

(10) Government's unit acquisition cost.

 

(11) Unit of measure.

 

(12) Type designation of the item as specified in the contract schedule, if any.

   

(13) Whether the item is an item of Special Tooling or Special Test Equipment.

   

(14) Whether the item is covered by a warranty.

 

(e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:

 

(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part.

 

(2) Unique item identifier of the embedded subassembly, component, or part.

 

(3) Unique item identifier type.**

 

(4) Issuing agency code (if concatenated unique item identifier is used).**

 

(5) Enterprise identifier (if concatenated unique item identifier is used).**

 

(6) Original part number (if there is serialization within the original part number).**

 

(7) Lot or batch number (if there is serialization within the lot or batch number).**

 

(8) Current part number (optional and only if not the same as the original part number).**

 

(9) Current part number effecti

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP