23Q0291 Sol

Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

PAGE OF PAGES

REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [ X] IS NOT A SMALL BUSINESS SET-ASIDE

(THIS IS NOT AN ORDER) 1 43


1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCHASE 4. CERT. FOR NAT. DEF. RATING
REQUEST NO. UNDER BDSA REG. 2
N0016423Q0291 02-Aug-2023 AND/OR DMS REG. 1 DO-A7
5a. ISSUED BY 6. DELIVER BY (Date)
NAVAL SURFACE WARFARE CENTER CRANE DIV
M. SWARTZENTRUBER (812-854-6958)
BLDG 3373 SEE SCHEDULE
300 HWY 361
CRANE IN 47522-5001
7. DELIVERY
[ ] FOB [ X ] OTHER
5b. FOR INFORMATION CALL: (Name and Telephone no.) (No collect calls) DESTINATION (See Schedule)
MARK R SWARTZENTRUBER 812-854-6958
8. TO: NAME AND ADDRESS, INCLUDING ZIP CODE 9. DESTINATION (Consignee and address, including ZIP Code)
NAVAL SURFACE WARFARE CENTER CRANE DIV
M/F: RYANS MATHIAS (BLDG 3168)
BLDG 41 SE CENTRAL RECEIVING
300 HWY 361
CRANE IN 47522-5001
TEL: 812-854-6377 FAX:

10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS:
(Date) 04-Aug-2023
IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return
it to the address in Block 5a. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to
contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this
Request for Quotations must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State, and local taxes)


ITEM NO. SUPPLIES/ SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
(a) (b) (c) (d) (e) (f)

SEE SCHEDULE

12. DISCOUNT FOR PROMPT PAYMENT a. 10 CALENDAR DAYS


b. 20 CALENDAR DAYS c. 30 CALENDAR DAYS d. CALENDAR DAYS
% % % No. %
NOTE: Additional provisions and representations [ ] are [ ] are not attached.
13. NAME AND ADDRESS OF QUOTER (Street, City, County, State, and 14. SIGNATURE OF PERSON AUTHORIZED TO 15. DATE OF
ZIP Code) SIGN QUOTATION QUOTATION

16. NAME AND TITLE OF SIGNER (Type or print) TELEPHONE NO.


(Include area code)

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 18 (REV. 6-95)


PREVIOUS EDITION NOT USABLE Prescribed by GSA
FAR (48 CFR) 53.215-1(a)
N0016423Q0291

Page 2 of 43

Section B - Supplies or Services and Prices

NOTES
SOLE SOURCE PROCUREMENT-
The proposed contract action is for the supplies or services
for which the Government intends to solicit and negotiate with Microsemi Corp. / Microchip
Technologies, Inc. (2355, WEST CHANDLER BOULEVARD, CHANDLER, AZ 85224) and
value added resellers under the authority of FAR 13.106-1. This is being solicited on a sole
source basis due to Items peculiar to one manufacturer. All responsible sources may submit a
capability statement, which shall be considered by the agency. However, a determination by the
Government not to compete with this proposed contract based upon response to this solicitation
is solely within the discretion of the Government. Information received will normally be
considered solely for the purpose of determining whether to conduct a competitive procurement.

NOTICE
WAWF TABLE A APPLICABLE FOR CLIN 0001,(COMBO)
WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT

0001 Diodes 1,000 Each

Items Peculiar to One Manufacturer


Microsemi Corp.
Zener Diodes, LZ-1414
Part Number: 80952801-002
IAW Statement of Work, Drawing, 80952801 Rev B and CDRL A001 and A002

Include shipping to NSWC Crane, IN 47522

Furnish all labor, materials, supplies, equipment, supervision and transportation, FOB Destination, Crane, IN
47522

Accelerated deliveries will be accepted at no additional cost to the GOVT.


WAWF TABLE A APPLICABLE FOR CLIN 0001(COMBO)

PSC: 5961
FOB: Destination
FFP
N0016423Q0291

Page 3 of 43

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT

0002 INFORMATIONAL CLIN


ONLY

TESTING
Items Peculiar to One Manufacturer
Microsemi/Microchip value added resellers
Group A, B, and C testing for Zener Diodes, LZ-1414, Part # 80952801-002

IAW Statement of Work, Drawing 80952801 Rev B, CDRL A001 and A002

Furnish all labor, materials, supplies, equipment, supervision and transportation, FOB Destination, Crane, IN
47522

Accelerated deliveries will be accepted at no additional cost to the GOVT.

WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)

FFP

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT

0002AA GROUP A Testing 1 Lot

Zener Diodes, LZ-1414


Part Number: 80952801-002
IAW Statement of Work, Drawing 80952801 Rev B, CDRL A001 and A002

WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)

PSC: 5961
FOB: Destination
FFP

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT


N0016423Q0291

Page 4 of 43

0002AB GROUP B Testing-Martials 1 Lot

Zener Diodes, LZ-1414


Part Number: 80952801-002
Includes costs for Qty. 12 Part Number 80952801-002 being destroyed during Group B Testing.
U/M=1 LOT
IAW Statement of Work, Drawing 80952801 Rev B, CDRL A001 and A002

WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)

PSC: 5961
FOB: Destination
FFP

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT

0002AC GROUP C Testing-Martials 1 Lot

Zener Diodes, LZ-1414


Part Number: 80952801-002
Includes costs for Qty. 21 Part Number 80952801-002 being destroyed during Group C Testing.
U/M=1 LOT
IAW Statement of Work, Drawing 80952801 Rev B, CDRL A001 and A002

WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)

PSC: 5961
FOB: Destination
FFP

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT

0003 CDRL A001 1 Lot

NOT SEPARATLY PRICED


Certification of Compliance for CLIN 0001 0002AA, 0002AB, 0002AC

IAW Statement of Work, Drawing 80952801 Rev B, CDRL A001 and A002
ALL TECHNICAL DATA/DATA GENERATED UNDER THIS PROCUREMENT HAS BEEN PAID FOR,
IN FULL BY THE GOVERNMENT
N0016423Q0291

Page 5 of 43

The Government will retain rights to all intellectual property produced in the course of developing, deploying,
training, using and supporting NSWC Crane under N0016423Q0291. All modifications to N0016423Q0291
will be property of the Government. The Government shall have unlimited data rights to all generated. IAW
DFARS 252.227-7013. The Contractor will be required to negotiate agreements with commercial systems
vendors relating to nondisclosures of vendors proprietary information.
DATA RIGHTS - are for those data deliverables under SOW(s) as ref. in Section 5.1 Data Deliverables to
include the following: CDRL A001 for Base Award CLINS IAW FAR and DFARS Terms and Conditions. In
addition, ref. DFARS 252.227-7013, DFARS 252.227-7027, DFARS 252.227-7028, DFARS 252.227-
7030,DFARS 252.227-7037 and DFARS 252.204-7000

Accelerated deliveries will be accepted at no additional cost to the GOVT.

Furnish all labor, materials, supplies, Equipment, supervision, and transportation, FOB Destination, Crane, IN
47522.

PSC: 5961
FOB: Destination
FFP

ITEM NO SUPPLIES/SERVICES QTY U/I UNIT PRICE AMOUNT

0004 CDRL A002 1 Lot

NOT SEPARATLY PRICED


Test Data for CLIN 0001, 0002AA, 0002AB, and 0002AC

IAW Statement of Work, Drawing 80952801 Rev B, CDRL A001 and A002

ALL TECHNICAL DATA/DATA GENERATED UNDER THIS PROCUREMENT HAS BEEN PAID FOR,
IN FULL BY THE GOVERNMENT

The Government will retain rights to all intellectual property produced in the course of developing, deploying,
training, using and supporting NSWC Crane under N0016423Q0291. All modifications to N0016423Q0291
will be property of the Government. The Government shall have unlimited data rights to all generated. IAW
DFARS 252.227-7013. The Contractor will be required to negotiate agreements with commercial systems
vendors relating to nondisclosures of vendors proprietary information.
DATA RIGHTS - are for those data deliverables under SOW(s) as ref. in Section 4.5, 4.5.1, 4.5.2, 4.5.3 4.5.4.
Data Deliverables to include the following: CDRL A002 for Base Award CLINS IAW FAR and DFARS
Terms and Conditions. In addition, ref. DFARS 252.227-7013, DFARS 252.227-7027, DFARS 252.227-7028,
DFARS 252.227-7030,DFARS 252.227-7037 and DFARS 252.204-7000

Accelerated deliveries will be accepted at no additional cost to the GOVT.

Furnish all labor, materials, supplies, Equipment, supervision, and transportation, FOB Destination, Crane, IN
47522.
N0016423Q0291

Page 6 of 43

PSC: 5961
FOB: Destination
FFP

SOW
Statement of Work
For Bi-Directional Zener Diodes with Low Capacitance
07/26/2023
1.0 SCOPE

This Statement of Work (SOW) establishes the requirements for the manufacture of bi-directional zener
diodes with low capacitance for use in the repair of the ALQ184 Rantec High Voltage Power Supply (HVPS).

2.0 APPLICABLE DOCUMENTS

Drawing Part# 80952801B

3.0 REQUIREMENTS

The contractor shall provide equipment, parts, material and labor necessary to manufacture the bi-directional
zener diodes with low capacitance.

3.2 The contractor shall manufacture the following part numbers IAW the Specification Control Drawing (SCD)
referenced in paragraph 2.0 of SOW.

Part# 80952801-002, Quantity: 1000


Part# 80952801-002 for Group B destructs, Quantity: 12
Part# 80952801-002 for Group C destructs, Quantity: 21

3.3 The contractor shall perform Group A, Group B, and Group C testing IAW the Specification Control
Drawing (SCD) referenced in paragraph 2.0 of SOW.

Group A and B tests shall be performed, recorded and submitted with contract number and CDRL A002 IAW
drawing number 80952801B section 4.5.1 and 4.5.2

Group C tests shall be performed, recorded and retained by the manufacturer for a period of three years
following delivery of devices and shall be available for review upon request IAW drawing number
80952801B section 4.5.3

Group B destructive testing shall be performed on 12 destructive samples and Group C destructive testing
shall be performed on 21 destructive samples. Manufacturer shall deliver Part# 80952801-002 quantity of
1000 with test results IAW drawing number 80952801B section 4.5, 4.5.1, 4.5.2, 4.5.3 and 4.5.4

4.0 GOVERNMENT FURNISHED MATERIAL

4.1 There is no Government Furnished Material (GFE).

5.0 OTHER CONSIDERATIONS


N0016423Q0291

Page 7 of 43

5.1 The contractor shall provide a Certificate of Compliance. (CDRL A001)

5.2 The contractor shall provide test data (CDRL A002)

5.3 Technical Point of Contact is Ryan Mathias, 812-854-6377, ryan.j.mathias2.civ@us.navy.mil


N0016423Q0291

Page 8 of 43

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY


0001 Destination Government Destination Government
0002 N/A N/A N/A N/A
0002AA Destination Government Destination Government
0002AB Destination Government Destination Government
0002AC Destination Government Destination Government
0003 Destination Government Destination Government
0004 Destination Government Destination Government
N0016423Q0291

Page 9 of 43

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /


CAGE

0001 54 wks. ADC 1,000 NAVAL SURFACE WARFARE CENTER N00164


CRANE DIV
M/F: RYANS MATHIAS (BLDG 3168)
BLDG 41 SE CENTRAL RECEIVING
300 HWY 361
CRANE IN 47522-5001
812-854-6377
FOB: Destination

0002 N/A N/A N/A N/A

0002AA POP 01-SEP-2023 TO N/A NAVAL SURFACE WARFARE CENTER N00164


01-OCT-2024 CRANE DIV
M/F: RYANS MATHIAS (BLDG 3168)
BLDG 41 SE CENTRAL RECEIVING
300 HWY 361
CRANE IN 47522-5001
812-854-6377
FOB: Destination

0002AB POP 01-SEP-2023 TO N/A (SAME AS PREVIOUS LOCATION) N00164


01-OCT-2024 FOB: Destination

0002AC POP 01-SEP-2023 TO N/A (SAME AS PREVIOUS LOCATION) N00164


01-OCT-2024 FOB: Destination

0003 POP 01-SEP-2023 TO N/A (SAME AS PREVIOUS LOCATION) N00164


01-OCT-2024 FOB: Destination

0004 POP 01-SEP-2023 TO N/A (SAME AS PREVIOUS LOCATION) N00164


01-OCT-2024 FOB: Destination

CLAUSES INCORPORATED BY FULL TEXT

F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018)


In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or
date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract
Administration Services Office, if assigned. The notice shall give the pertinent details; however, such notice shall
not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided
by law or under this contract.

(End of text)
N0016423Q0291

Page 10 of 43

52.211-8 TIME OF DELIVERY (JUN 1997)

(a) The Government requires delivery to be made according to the following schedule:

CLIN QTY Governments REQUIRED DELIVERY SCHEDULE

0001 1000/each 54 WEEKS AFTER AWARD


0002AA 1/LOT 54 WEEKS AFTER AWARD
0002AB 1/LOT 54 WEEKS AFTER AWARD
0002AC 1/LOT 54 WEEKS AFTER AWARD
0003 1/LOT CDRL NOT SEPERATLY 54 WEEKS AFTER AWARD
PRICED
0004 1/LOT CDRL NOT SEPERATLY 54 WEEKS AFTER AWARD
PRICED

The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity
within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within
the applicable required delivery period specified above, will be considered nonresponsive and rejected. The
Government reserves the right to award under either the required delivery schedule or the proposed delivery
schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other
delivery schedule, the required delivery schedule above will apply.

OFFEROR'S PROPOSED DELIVERY SCHEDULE


CLIN QTY OFFEROR'S PROPOSED DELIVERY SCHEDULE
0001 1000/each
0002AA 1/LOT
0002AB 1/LOT
0002AC 1/LOT
0003 1/LOT CDRL NOT SEPERATLY
PRICED
0004 1/LOT CDRL NOT SEPERATLY
PRICED

(b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or
acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The
Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is
dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of
award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary
mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of
receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the
ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be
transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so
computed, the offered delivery date is later than the required delivery date, the offer will be considered
nonresponsive and rejected.

(End of clause)
N0016423Q0291

Page 11 of 43

Section G - Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)


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.
(ii) For fixed price line items—
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting
Officer.

(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.
(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.
N0016423Q0291

Page 12 of 43

WAWF TABLE B APPLICABLE FOR CLIN 0002AA, 0002AB, 0002AC, (2IN1)

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF


Pay Official DoDAAC TBD
Issue By DoDAAC N00164
Admin DoDAAC** N00164
Inspect By DoDAAC N/A
Ship To Code N/A
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N00164
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC TBD
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A

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.

Send additional notifications to: Mary Bradley/mary.j.bradley34.civ@us.navy.mil


PHONE 812-854-2472
For invoicing questions: usn.crane.nswc-cd-crane-in.mbx.cran-acquisitn-wawf@us.navy.mil

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)

WAWF TABLE A APPLICABLE FOR CLIN 0001,(COMBO)


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.
N0016423Q0291

Page 13 of 43

“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.
Invoice and Receiving (COMBO)
INSPECTION – DESTINATION
ACCEPTANCE – DESTINATION

(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.
(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.
(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.
WAWF TABLE A APPLICABLE FOR CLIN 0001,(COMBO)

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF


Pay Official DoDAAC TBD
Issue By DoDAAC N00164
N0016423Q0291

Page 14 of 43

Admin DoDAAC** N00164


Inspect By DoDAAC N/A
Ship To Code N00164
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC TBD
DCAA Auditor DoDAAC N/A
Other 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.

Send additional notifications to: Mary Bradley/mary.j.bradley34.civ@us.navy.mil


PHONE 812-854-2472

For invoicing questions: usn.crane.nswc-cd-crane-in.mbx.cran-acquisitn-wawf@us.navy.mil (2) Contact


the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

(a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs
incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line
item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs
incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include
summaries of work charged during the period covered as well as overall cumulative summaries by individual labor
categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct
costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed
price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time
and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting
documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.
Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer
Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email
detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by
the Contracting Officer.
N0016423Q0291

Page 15 of 43

(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data
Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR
and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the
contractor does not provide the COR and Contracting Officer email notification as required herein.

(End of text)

G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND


RESPONSIBILITIES (NAVSEA) (OCT 2018)
(a) The Government reserves the right to administratively substitute any of the points of contact listed below at any
time.
(b) The contracting officer is the only person authorized to change this contract or orders issued
thereunder. The Contractor shall not comply with any order, direction or request of Government personnel
- that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is
pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor,
an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with
the Notification of Changes clause of this contract.

(c) The points of contact are as follows:

(i) The Procuring Contracting Officer (PCO) is:


Name: Marty Arvin
Address: 300 HWY 361 Crane, IN 47522
Phone: 812-296-1027
E-mail: marty.arvin2.civ@us.navy.mil

(ii) The Contract Specialist is:


Name: Mark Swartzentruber
Address: 300 HWY 361 Crane, IN 47522
Phone: 812-295-6010-
E-mail: mark.swartzentruber@navy.mil

(d) The Technical Point of Contact (TPOC) is the contracting officer’s representative for technical matters
when a COR is not appointed. The TPOC is responsible for technical issues of contract administration,
such as providing all items of Government Furnished Information (GFI), Government Furnished Material
(GFM) and Government Furnished Equipment (GFE) if specified in the contract as well as the inspection
and acceptance of all contract deliverables.
The Technical Point of Contact (TPOC) is:
Name: Ryan Mathias
Address: 300 HWY 361 Crane, IN 47522
Phone: 812-854-6377
E-mail: ryan.j.mathias2.civ@us.navy.mil

(k) The Contractor's point of contact for performance under this contract is:

Name: [ * ]
Title: [ * ]
Address:
[ *Street ]
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx]; FAX: (Area Code) xxx- [xxxx]
N0016423Q0291

Page 16 of 43

E-mail: [ * ]

[ * ] To be completed at contract award


(End of text)

G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021)

(a) The policy of this activity is to schedule periods of reduced operations or shutdown during holiday periods.
Deliveries will not be accepted on Saturdays, Sundays or Holidays except as specifically requested by the [insert
activity name]. All goods or services attempted to be delivered on a Saturday, Sunday or Holiday without specific
instructions from the Contracting Officer or his duly appointed representative will be returned to the contractor at
the contractor’s expense with no cost or liability to the U.S. Government.

(b) The federal Government observes public Holidays that have been established under 5 U.S.C. 6103. The actual
date of observance for each of the holidays, for a specific calendar year, may be obtained from the OPM website at
OPM.GOV or by using the following direct link:
https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/.

(c) Delayed Opening, Early Dismissal and Closure of Government Facilities. When a Government facility has a
delayed opening, is closed or Federal employees are dismissed early (due to severe weather, security threat, security
exercise, or a facility related problem) that prevents personnel from working, onsite contractor personnel regularly
assigned to work at that facility shall follow the same reporting and/or departure directions given to Government
personnel. The contractor shall not direct charge to the contract for such time off, but shall follow parent company
policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to
remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay
home or report to another company facility. Subsequent to an early dismissal, delayed opening, or during periods of
inclement weather, onsite contractors should monitor the OPM website as well as radio and television
announcements before departing for work to determine if the facility is closed or operating on a delayed arrival
basis.

(d) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe
weather, a security threat, or a facility related problem), on site contractors shall continue working established work
hours or take leave in accordance with parent company policy. Those contractor employees who take leave shall not
direct charge the non-working hours to the contract. Contractors are responsible for predetermining and disclosing
their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable
cost accounting standards, and the company’s established policy and procedures. Contractors shall follow their
disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to
the contrary. The Contracting Officer will make the determination of cost allowability for time lost due to facility
closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting
policy and procedures.

(e) If you intend to visit the Contracts Office, it is advised that you call for an appointment at least 24 hours in
advance.

(f) The hours of operation are as follows:


Contracts 6:00 AM to 3:00 PM
(g) All deliveries to the Receiving Officer, Building 41 Central Receiving shall be made Monday through Friday
from 600 AM to 4:30 PM EST local time. Deliveries will not be accepted after 4:30 PM No deliveries will be
accepted on federal government holidays.

(End of text)
N0016423Q0291

Page 17 of 43

G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018)


(a) In accordance with FAR 42.302(a) all functions listed are delegated to the ACO except the following items to
be retained by the PCO: NO EXCEPTIONS
[ List specific functions that will be retained by the PCO]
(b) In accordance with FAR 42.302(b), the following additional functions are delegated to the ACO:
[ List any additional functions that will be delegated to the ACO]
(End of text)
N0016423Q0291

Page 18 of 43

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.204-13 System for Award Management Maintenance OCT 2018


52.204-19 Incorporation by Reference of Representations and DEC 2014
Certifications.
52.204-22 Alternative Line Item Proposal JAN 2017
52.204-23 Prohibition on Contracting for Hardware, Software, and NOV 2021
Services Developed or Provided by Kaspersky Lab and Other
Covered Entities
52.204-25 Prohibition on Contracting for Certain Telecommunications NOV 2021
and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015
Corporations
52.211-2 Availability of Specifications, Standards, and Data Item JUL 2021
Descriptions Listed in the Acquisition Streamlining and
Standardization Information System (ASSIST)
52.211-5 Material Requirements AUG 2000
52.211-15 Defense Priority And Allocation Requirements APR 2008
52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023
52.222-19 Child Labor -- Cooperation with Authorities and Remedies DEC 2022
52.222-20 Contracts for Materials, Supplies, Articles, and Equipment JUN 2020
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-50 Combating Trafficking in Persons NOV 2021
52.222-53 Exemption from Application of the Service Contract Labor MAY 2014
Standards to Contracts for Certain Services--Requirements
52.223-18 Encouraging Contractor Policies To Ban Text Messaging JUN 2020
While Driving
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.229-11 Tax on Certain Foreign Procurements--Notice and JUN 2020
Representation
52.229-12 Tax on Certain Foreign Procurements FEB 2021
52.232-23 Assignment Of Claims MAY 2014
52.232-23 Assignment Of Claims MAY 2014
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business MAR 2023
Subcontractors
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.242-15 Stop-Work Order AUG 1989
52.242-17 Government Delay Of Work APR 1984
52.243-1 Changes--Fixed Price AUG 1987
52.246-1 Contractor Inspection Requirements APR 1984
52.246-2 Inspection Of Supplies--Fixed Price AUG 1996
52.246-16 Responsibility For Supplies APR 1984
52.247-34 F.O.B. Destination NOV 1991
52.249-1 Termination For Convenience Of The Government (Fixed APR 1984
Price) (Short Form)
52.249-1 Termination For Convenience Of The Government (Fixed APR 1984
Price) (Short Form)
252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011
Officials
N0016423Q0291

Page 19 of 43

252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022


252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7009 Limitations on the Use or Disclosure of Third-Party JAN 2023
Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber JAN 2023
Incident Reporting
252.204-7014 Limitations on the Use or Disclosure of Information by JAN 2023
Litigation Support Contractors
252.204-7015 Notice of Authorized Disclosure of Information for Litigation JAN 2023
Support
252.204-7018 Prohibition on the Acquisition of Covered Defense JAN 2023
Telecommunications Equipment or Services
252.204-7020 NIST SP 800-171 DoD Assessment Requirements JAN 2023
252.204-7022 Expediting Contract Closeout MAY 2021
252.211-7003 Item Unique Identification and Valuation JAN 2023
252.215-7007 Notice of Intent to Resolicit JUN 2012
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7048 Export-Controlled Items JUN 2013
252.227-7013 Rights in Technical Data--Other Than Commercial Products MAR 2023
and Commercial Services
252.227-7017 Identification and Assertion of Use, Release, or Disclosure JAN 2023
Restrictions
252.227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988
252.227-7028 Technical Data or Computer Software Previously Delivered JUN 1995
to the Government
252.227-7030 Technical Data--Withholding Of Payment MAR 2000
252.227-7037 Validation of Restrictive Markings on Technical Data JAN 2023
252.232-7003 Electronic Submission of Payment Requests and Receiving DEC 2018
Reports
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.246-7008 Sources of Electronic Parts JAN 2023
252.247-7023 Transportation of Supplies by Sea JAN 2023

CLAUSES INCORPORATED BY FULL TEXT

52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)

(a) Definitions. As used in this clause--

Covered application means the social networking service TikTok or any successor application or service developed
or provided by ByteDance Limited or an entity owned by ByteDance Limited.

Information technology, as defined in 40 U.S.C. 11101(6)--

(1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition,
storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange,
transmission, or reception of data or information by the executive agency, if the equipment is used by the
executive agency directly or is used by a contractor under a contract with the executive agency that requires the use-

(i) Of that equipment; or

(ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product;
N0016423Q0291

Page 20 of 43

(2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices
necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing
unit of a computer, software, firmware and similar procedures, services (including support services), and related
resources; but

(3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract.

(b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No
TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget
(OMB) Memorandum M-23-13, dated February 27, 2023, "No TikTok on Government Devices" Implementation
Guidance, collectively prohibit the presence or use of a covered application on executive agency information
technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or
using a covered application on any information technology owned or managed by the Government, or on any
information technology used or provided by the Contractor under this contract, including equipment provided by the
Contractor's employees; however, this prohibition does not apply if the Contracting Officer provides written
notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13.

(c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all
subcontracts, including subcontracts for the acquisition of commercial products or commercial services.

(End of clause)

52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL


PRODUCTS AND COMMERCIAL SERVICES) (JUN 2023)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are
incorporated by reference:

(1) The clauses listed below implement provisions of law or Executive order:

(i) 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)).

(ii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).

(iii) 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).

(iv) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L.
117-328), unless the agency grants an exception--see paragraph (b) of 52.204-27.

(v) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

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

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

(viii) 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).
N0016423Q0291

Page 21 of 43

(ix) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903
and 10 U.S.C. 3801).

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

(xi) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77 and 108-78 (19 U.S.C.
3805 note)).

(2) Listed below are additional clauses that apply:

(i) 52.232-1, Payments (APR 1984).

(ii) 52.232-8, Discounts for Prompt Payment (FEB 2002).

(iii) 52.232-11, Extras (APR 1984).

(iv) 52.232-25, Prompt Payment (JAN 2017).

(v) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013).

(vi) 52.233-1, Disputes (MAY 2014).

(vii) 52.244-6, Subcontracts for Commercial Products and Commercial Services (JUN 2023).

(viii) 52.253-1, Computer Generated Forms (JAN 1991).

(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the
circumstances do not apply:

(1) The clauses listed below implement provisions of law or Executive order:

(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282)
(31 U.S.C. 6101 note) (Applies to contracts valued at or above the threshold specified in FAR 4.1403(a) on the date
of award of this contract).

(ii) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126) (Applies to
contracts for supplies exceeding the micro-purchase threshold, as defined in 2.101 on the date of award of this
contract).

(iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020) (41 U.S.C. chapter 65)
(Applies to supply contracts over the threshold specified in FAR 22.602 on the date of award of this contract, in the
United States, Puerto Rico, or the U.S. Virgin Islands).

(iv) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) (Applies to contracts valued at or
above the threshold specified in FAR 22.1303(a) on the date of award of this contract).

(v) 52.222-36, Equal Employment for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) (Applies to contracts
over the threshold specified in FAR 22.1408(a) on the date of award of this contract, unless the work is to be
performed outside the United States by employees recruited outside the United States). (For purposes of this clause,
"United States" includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands,
American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.)

(vi) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) (Applies to contracts valued at or
above the threshold specified in FAR 22.1303(a) on the date of award of this contract).
N0016423Q0291

Page 22 of 43

(vii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) (Applies to service contracts
over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United
States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S.
Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf).

(viii)(A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) (Applies
to all solicitations and contracts).

(B) Alternate I (MAR 2015) (Applies if the Contracting Officer has filled in the following information with regard
to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance
location outside the United States to which the document applies).

(ix) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (Applies when
52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States,
the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin
Islands, Johnston Island, Wake Island, and the outer Continental Shelf as defined in the Outer Continental Shelf
Lands Act (43 U.S.C. 1331, et seq.))).

(x) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706) (Applies when 52.222-6 or
52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the
District of Columbia.))

(xi) 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2011) (E.O. 13423) (Applies to services
performed on Federal facilities).

(xii) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)
(E.O. 13693)(applies to contracts for products as prescribed at FAR 23.804(a)(1)).

(xiii) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun
2016) (E.O. 13693) (Applies to maintenance, service, repair, or disposal of refrigeration equipment and air
conditioners).
(xiv) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b) (Unless exempt
pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR ® Program
or Federal Energy Management Program (FEMP) will be--

(A) Delivered;

(B) Acquired by the Contractor for use in performing services at a Federally-controlled facility;

(C) Furnished by the Contractor for use by the Government; or

(D) Specified in the design of a building or work, or incorporated during its construction, renovation, or
maintenance).

(xv) 52.223-20, Aerosols (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global
warming potential hydrofluorocarbons as a propellant or as a solvent; or contracts for maintenance or repair of
electronic or mechanical devices).

(xvi) 52.223-21, Foams (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global
warming potential hydrofluorocarbons or refrigerant blends containing hydrofluorocarbons as a foam blowing agent;
or contracts for construction of buildings or facilities.

(xvii) (A) 52.225-1, Buy American--Supplies (OCT 2022) (41 U.S.C. chapter 67) (Applies to contracts for supplies,
and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if
N0016423Q0291

Page 23 of 43

the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold, as
defined in 2.101 on the date of award of this contract, and the acquisition--

(1) Is set aside for small business concerns; or

(2) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $50,000).

(B) Alternate I (OCT 2022) (Applies if the Contracting Officer has filled in the domestic content threshold below,
which will apply to the entire contract period of performance. Substitute the following sentence for the first sentence
of paragraph (1)(ii)(A) of the definition of domestic end product in paragraph (a) of 52.225-1:
(A) The cost of its components mined, produced, or manufactured in the United States exceeds percent of the
cost of all its components. [Contracting officer to insert the percentage per instructions at 13.302-5(d)(4).])

(xviii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792)
(Applies to contracts greater than the threshold specified in FAR 26.404 on the date of award of this contract, that
provide for the provision, the service, or the sale of food in the United States).

(xix) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) (Applies
when the payment will be made by electronic funds transfer (EFT) and the payment office uses the System for
Award Management (SAM) as its source of EFT information.)

(xx) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)
(Applies when the payment will be made by EFT and the payment office does not use the SAM database as its
source of EFT information.)

(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305)
(Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).)

(2) Listed below are additional clauses that may apply:

(i) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) (Applies to contracts
when the contractor or a subcontractor at any tier may have Federal contract information residing in or transiting
through its information system.)

(ii) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or
Proposed for Debarment (NOV 2021) (Applies to contracts over the threshold specified in FAR 9.405-2(b) on the
date of award of this contract).

(iii) 52.211-17, Delivery of Excess Quantities (SEP 1989) (Applies to fixed-price supplies).

(iv) 52.247-29, F.o.b. Origin (FEB 2006) (Applies to supplies if delivery is f.o.b. origin).

(v) 52.247-34, F.o.b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination).

(c) FAR 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):

(Insert one or more Internet addresses)

(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the
requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have
been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or
N0016423Q0291

Page 24 of 43

reperformance of nonconforming services at no increase in contract price. The Government must exercise its
postacceptance rights--

(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and

(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the
item.

(e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence
beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public
enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine
restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the
Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay,
setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch,
and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or
any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all
work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to
the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of
the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate
to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination.
The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this
purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor
shall not be paid for any work performed or costs incurred that reasonably could have been avoided.

(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of
any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to
provide the Government, upon request, with adequate assurances of future performance. In the event of termination
for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted,
and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is
determined that the Government improperly terminated this contract for default, such termination shall be deemed a
termination for convenience.

(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for
use for the particular purpose described in this contract.

(End of clause)

52.252-4 ALTERATIONS IN CONTRACT (APR 1984)

Portions of this contract are altered as follows:

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
N0016423Q0291

Page 25 of 43

(b) The use in this solicitation or contract of any insert regulation name (48 CFR ) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.246-7007
Contracting Officers shall incorporate the following language in the SOW/PWS or
other requirements document. Reference SECNAVINST 4855.20 dated 22 April
2015>>
Counterfeit Parts and Materiel NEW!
Counterfeit materiel is a serious threat to the safety and operational effectiveness of DoD systems.
The Contractor (and subcontractors at all tiers) shall implement a risk mitigation process when
obtaining critical or high risk materiel in accordance with paragraphs (a) and (b) below:
(a) If the materiel is currently in production or currently available, the materiel shall be obtained
only from authorized sources. Authorized sources are the original manufacturer, a source with the
express written authority of the original manufacturer or current design activity, or an authorized
aftermarket manufacturer.

(b) If the materiel is not in production or currently available from authorized sources, the materiel
shall be obtained from suppliers that meet appropriate counterfeit avoidance criteria. Counterfeit
avoidance criteria can be found in the following Industry Standards - SAE AS5553A; SAE
AS6462; SAE AS6081; SAE ARP6178; SAE AS6174A; and SAE AS6301
Contractors shall notify the contracting officer when critical or high risk materiel cannot be
obtained from an authorized source. The contractor shall take mitigating actions to authenticate
the materiel if purchased from another source.
The contractor shall report instances of counterfeit and suspect counterfeit materiel to the
Contracting Officer and the Government-Industry Data Exchange Program (GIDEP) as soon as
the contractor becomes aware of the issue.
N0016423Q0291

Page 26 of 43

Section J - List of Documents, Exhibits and Other Attachments

Exhibit/Attachment Table of Contents

DOCUMENT TYPE DESCRIPTION PAGES DATE


Exhibit _ CDRL A002
Exhibit _ CDRL A001
Attachment 1 DRAWING 80952801
REV B
N0016423Q0291

Page 27 of 43

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.204-7 System for Award Management OCT 2018


52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-24 Representation Regarding Certain Telecommunications and NOV 2021
Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services-- OCT 2020
Representation.
52.209-2 Prohibition on Contracting with Inverted Domestic NOV 2015
Corporations--Representation
52.225-20 Prohibition on Conducting Restricted Business Operations in AUG 2009
Sudan--Certification
52.225-25 Prohibition on Contracting with Entities Engaging in Certain JUN 2020
Activities or Transactions Relating to Iran-- Representation
and Certifications.
252.204-7016 Covered Defense Telecommunications Equipment or Services DEC 2019
-- Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense MAY 2021
Telecommunications Equipment or Services -- Representation
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022
252.215-7013 Supplies and Services Provided by Nontraditional Defense JAN 2023
Contractors

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 334413.

(2) The small business size standard is 1,250.

(3) The small business size standard for a concern that submits an offer, other than on a construction or service
acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500
employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the
acquisition--

(i) Is set aside for small business and has a value above the simplified acquisition threshold;

(ii) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price
evaluation preference; or

(iii) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-


owned small business set-aside or sole-source award regardless of dollar value.

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of
this provision applies.
N0016423Q0291

Page 28 of 43

(2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror
has an active registration in the System for Award Management (SAM), the Offeror may
choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and
certifications in the solicitation. The Offeror shall indicate which option applies by
checking one of the following boxes:

( ) Paragraph (d) applies.

( ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications
in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-
fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This
provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or
Statements--Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at
52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.204-26, Covered Telecommunications Equipment or Services--Representation. This provision applies to all
solicitations.

(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation.

(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the
contract value is expected to exceed the simplified acquisition threshold.

(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under
any Federal Law. This provision applies to all solicitations.

(x) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in
which the place of performance is specified by the Government.
N0016423Q0291

Page 29 of 43

(xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is
specified by the Government.

(xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to
solicitations when the contract is for supplies to be delivered or services to be performed in the United States or its
outlying areas, or when the contracting officer has applied part 19 in accordance with 19.000(b)(1)(ii).

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more
than one NAICS code assigned.

(xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the
contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when
the contracting officer has applied part 19 in accordance with 19.000(b)(1)(ii).

(xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the
clause at 52.222-26, Equal Opportunity.

(xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for
construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to
solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the
contract is not for acquisition of commercial products or commercial services.

(xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or
specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased
Products Under Service and Construction Contracts.

(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the
use of, EPA- designated items.

(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This
provision applies to solicitations that include the clause at 52.204-7.)

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xxi) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternates II and III.)
This provision applies to solicitations containing the clause at 52.225-3.

(A) If the acquisition value is less than $50,000, the basic provision applies.

(B) If the acquisition value is $50,000 or more but is less than $92,319, the provision with its Alternate II applies.

(C) If the acquisition value is $92,319 or more but is less than $100,000, the provision with its Alternate III applies.

(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at
52.225-5.
N0016423Q0291

Page 30 of 43

(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision
applies to all solicitations.

(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating
to Iran—Representation and Certification. This provision applies to all solicitations.

(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision
applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher
educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

(i) 52.204-17, Ownership or Control of Offeror.

(ii) 52.204-20, Predecessor of Offeror.

(iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

(iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Certification.

(v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services--Certification.

(vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-
Designated Products (Alternate I only).

(vii) 52.227-6, Royalty Information.

(A) Basic.

(B) Alternate I.

(viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through
https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the
representations and certifications currently posted electronically that apply to this solicitation as indicated in
paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate,
complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code
referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR
4.1201); except for the changes identified below [ offeror to insert changes, identifying change by clause
number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and
are current, accurate, and complete as of the date of this offer.

------------------------------------------------------------------------
FAR Clause Title Date Change
------------------------------------------------------------------------
N0016423Q0291

Page 31 of 43

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


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

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the
representations and certifications posted on SAM.

(End of provision)

52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS,


AND ENERGY PROGRAM USE (APR 2008)

Any contract awarded as a result of this solicitation will be DX rated order; X DO rated order certified for
national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations
System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this
regulation. [Contracting Officer check appropriate box.]

(End of provision)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAR 2023) - ALTERNATE I (SEPT 2015)

(a) Definitions. As used in this provision--

Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern
that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations
of which are controlled by, one or more women who are citizens of the United States and who are economically
disadvantaged in accordance with 13 CFR part 127, and the concern is certified by SBA or an approved third-party
certifier in accordance with 13 CFR 127.300. It automatically qualifies as a women-owned small business concern
eligible under the WOSB Program.

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any
publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled
veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans
or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver
of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-
connected, as defined in 38 U.S.C. 101(16).

Small business concern--

(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in its field of
operation, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph
(b) of this provision.
N0016423Q0291

Page 32 of 43

(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has
the power to control the others, or a third party or parties control or have the power to control the others. In
determining whether affiliation exists, consideration is given to all appropriate factors including common ownership,
common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13
CFR 121.103.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the
size standard applicable to the acquisition, that--

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined
at 13 CFR 124.104) individuals who are citizens of the United States, and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into
account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by
individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the
case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more
veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

Women-owned small business concern means a small business concern--

(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least
51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR
part 127) means a small business concern that is at least 51 percent directly and unconditionally owned by, and the
management and daily business operations of which are controlled by, one or more women who are citizens of the
United States, and the concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR
127.300.

(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___ --[insert
NAICS code].

(2) The small business size standard is ___ --[insert size standard].

(3) The small business size standard for a concern that submits an offer, other than on a construction or service
acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce (i.e.,
nonmanufacturer), is 500 employees, or 150 employees for information technology value-added resellers under
NAICS code 541519, if the acquisition--

(i) Is set aside for small business and has a value above the simplified acquisition threshold;
N0016423Q0291

Page 33 of 43

(ii) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price
evaluation preference; or

(iii) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-


owned small business set-aside or sole-source award regardless of dollar value.

(c) Representations.

(1) The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not a small business concern; or

(ii) It [ ___ ] is, [ ___ ] is not a small business joint venture that complies with the requirements of 13 CFR
121.103(h) and 13 CFR 125.8(a) and (b). [The offeror shall enter the name and unique entity identifier of each party
to the joint venture: ___ .]

(2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR
124.1002.

(3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

(4) Women-owned small business (WOSB) joint venture eligible under the WOSB Program. The offeror represents
as part of its offer that it [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13
CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity identifier of each party to
the joint venture: ___ .]

(5) Economically disadvantaged women-owned small business (EDWOSB) joint venture. The offeror represents as
part of its offer that it [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR
127.506(a) through (c). [The offeror shall enter the name and unique entity identifier of each party to the joint
venture: ___ .]

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern.

(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of
this provision.] The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not a service-disabled veteran-owned small business concern; or

(ii) It [ ___ ] is, [ ___ ] is not a service-disabled veteran-owned joint venture that complies with the requirements of
13 CFR 125.18(b)(1) and (2). [The offeror shall enter the name and unique entity identifier of each party to the joint
venture: ___ .] Each service-disabled veteran-owned small business concern participating in the joint venture shall
provide representation of its service-disabled veteran-owned small business concern status.

(8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, as
having been certified by SBA as a HUBZone small business concern in the Dynamic Small Business Search and
SAM, and will attempt to maintain an employment rate of HUBZone residents of 35 percent of its employees during
performance of a HUBZone contract (see 13 CFR 126.200(e)(1)); and
N0016423Q0291

Page 34 of 43

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR 126.616(a)
through (c). [The offeror shall enter the name and unique entity identifier of each party to the joint venture:
___ .] Each HUBZone small business concern participating in the HUBZone joint venture shall provide
representation of its HUBZone status.

(9) [Complete if offeror represented itself as disadvantaged in paragraph (c)(2) of this provision.] The offeror
shall check the category in which its ownership falls:
___ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore,
Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of
Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern
Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri
Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.
(d) Notice. Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small,
HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-
owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded
under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any
other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall—

(1) Be punished by imposition of fine, imprisonment, or both;

(2) Be subject to administrative remedies, including suspension and debarment; and

(3) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision)

52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END


PRODUCTS (FEB 2021)

(a) Definition.

Forced or indentured child labor means all work or service--

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for
which the worker does not offer himself voluntarily; or

(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be
accomplished by process or penalties.

(b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the
List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, identified by their
country of origin. There is a reasonable basis to believe that listed end products from the listed countries of origin
may have been mined, produced, or manufactured by forced or indentured child labor.

Listed end product Listed countries of origin


N0016423Q0291

Page 35 of 43

___ ___

___ ___

___ ___

(c) Certification. The Government will not make award to an offeror unless the offeror, by checking the appropriate
block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision.

( ) (1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined,
produced, or manufactured in a corresponding country as listed for that end product.

( ) (2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or
manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good
faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such
end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

(End of provision)

52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)

The offeror represents that --

(a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of
this solicitation;

(b) ( ) It has, ( ) has not, filed all required compliance reports; and

(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will
be obtained before subcontract awards.

(End of provision)

52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that

(a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment,
affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2),
or

(b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules
and regulations of the Secretary of Labor.

(End of provision)

52.225-18 PLACE OF MANUFACTURE (AUG 2018)

(a) Definitions. As used in this provision--


N0016423Q0291

Page 36 of 43

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)

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):

[Insert one or more Internet addresses]

(End of provision)
N0016423Q0291

Page 37 of 43

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)

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

(b) The use in this solicitation of any (48 CFR Chapter ) provision with an authorized deviation is
indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of provision)

252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2021)

Substitute the following paragraphs (b), (d) and (e) for paragraphs (b) and (d) of the provision at FAR 52.204-8:

(b)(1) If the provision at FAR 52.204-7, System for Award Management, is included in this solicitation, paragraph
(e) of this provision applies.

(2) If the provision at FAR 52.204-7, System for Award Management, is not included in this solicitation, and the
Offeror has an active registration in the System for Award Management (SAM), the Offeror may
choose to use paragraph (e) of this provision instead of completing the corresponding individual representations and
certifications in the solicitation. The Offeror shall indicate which option applies by
checking one of the following boxes:

__ (i) Paragraph (e) applies.

__ (ii) Paragraph (e) does not apply and the Offeror has completed the individual representations and certifications
in the solicitation.

(d)(1) The following representations or certifications in the SAM database are applicable to this solicitation as
indicated:

(i) 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation. Applies to all


solicitations.

(ii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign
Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be
performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices
and may during contract performance impose a mandatory change in wages or prices of materials.

(iii) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part
in a foreign country.

(iv) 252.225-7049, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services--Representations.


Applies to solicitations for the acquisition of commercial satellite services.

(v) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of
Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more.

(vi) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will
be in Italy.

(vii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance
will be in Spain.
N0016423Q0291

Page 38 of 43

(viii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for
direct purchase of ocean transportation services or those with an anticipated value at or below the simplified
acquisition threshold.

(2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the
Contracting Officer: [Contracting Officer check as appropriate.]

____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government.

____ (ii) 252.225-7000, Buy American--Balance of Payments Program Certificate.

____ (iii) 252.225-7020, Trade Agreements Certificate.

____ Use with Alternate I.

____ (iv) 252.225-7031, Secondary Arab Boycott of Israel.

____ (v) 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate.

____ Use with Alternate I.

____ Use with Alternate II.

____ Use with Alternate III.

____ Use with Alternate IV.

____ Use with Alternate V.

____ (vi) 252.226-7002, Representation for Demonstration Project for Contractors Employing Persons with
Disabilities.

____ (vii) 252.232-7015, Performance-Based Payments--Representation.

(e) The Offeror has completed the annual representations and certifications electronically via the SAM website at
https://www.acquisition.gov/. After reviewing the SAM database information, the Offeror verifies by submission of
the offer that the representations and certifications currently posted electronically that apply to this solicitation as
indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12
months, are current, accurate, complete, and applicable to this solicitation (including the business size standard
applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in
this offer by reference (see FAR 4.1201); except for the changes identified below [Offeror to insert changes,
identifying change by provision number, title, date____]. These amended representation(s) and/or certification(s)
are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFARS provision Title Date Change


No.

Any changes provided by the Offeror are applicable to this solicitation only, and do not result in an update to the
representations and certifications located in the SAM database.

(End of provision)
N0016423Q0291

Page 39 of 43

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS


(OCT 2016)

(a) Definitions. As used in this provision--

Controlled technical information, covered contractor information system, covered defense information, cyber
incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered
Defense Information and Cyber Incident Reporting.

(b) The security requirements required by contract clause 252.204-7012 shall be implemented for all covered
defense information on all covered contractor information systems that support the performance of this contract.

(c) For covered contractor information systems that are not part of an information technology service or system
operated on behalf of the Government (see 252.204-7012(b)(2))--

(1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by
National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled
Unclassified Information in Nonfederal Information Systems and Organizations'' (see
http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by
the contracting officer not later than December 31, 2017.

(2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in
effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall
submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written
explanation of—

(A) Why a particular security requirement is not applicable; or

(B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a
particular requirement and achieve equivalent protection.

(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171
requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated
into the resulting contract.

(End of provision)

L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT


FILES (NAVSEA) (APR 2019)

(a) NAVSEA may use a contractor to manage official contract files hereinafter referred to as "the support
contractor", including the official file supporting this procurement. These official files may contain information that
is considered a trade secret, proprietary, business sensitive or otherwise protected pursuant to law or regulation,
hereinafter referred to as “protected information”. File management services consist of any of the following:
secretarial or clerical support; data entry; document reproduction, scanning, imaging, or destruction; operation,
management, or maintenance of paper-based or electronic mail rooms, file rooms, or libraries; and supervision in
connection with functions listed herein.
N0016423Q0291

Page 40 of 43

(b) The cognizant Contracting Officer will ensure that any NAVSEA contract under which these file management
services are acquired will contain a requirement that

(1) The support contractor not disclose any information;

(2) Individual employees are to be instructed by the support contractor regarding the sensitivity of the official
contract files;

(3) The support contractor performing these services be barred from providing any other supplies and/or
services, or competing to do so, to NAVSEA for the period of performance of its contract and for an additional three
years thereafter unless otherwise provided by law or regulation; and,

(4) In addition to any other rights the offeror may have, it is a third party beneficiary who has the right of
direct action against the support contractor, or any person to whom the support contractor has released or disclosed
Protected Information, for the unauthorized duplication, release, or disclosure of such Protected Information.

(c) Submission of a proposal will be considered as consent to NAVSEA's permitting access to any information,
irrespective of restrictive markings or the nature of the information submitted, by its file management support
contractor for the limited purpose of executing its file support contract responsibilities.

(d) NAVSEA may, without further notice, enter into contracts with other contractors for these services. Offerors are
free to enter into separate non-disclosure agreements with the file support contractor. Contact the Procuring
Contracting Officer for contractor specifics. However, any such agreement will not be considered a prerequisite
before information submitted is stored in the files or otherwise encumber the government.

(End of provision)
N0016423Q0291

Page 41 of 43

Section M - Evaluation Factors for Award

EVALUATIOON
THE FOLLOWING BEST VALUE DETERMINATION, IAW FAR 13.1, LISTED WILL BE USED TO EVALUATE THE
QUOTES USING LOW PRICE TECHNICALLY ACCEPTABLE EVALUATION CRITERIA:

The Government intends to evaluate Request for Quotes IAW FAR 13.1 and award without clarification, but reserves
the right to conduct clarification . Therefore, the offeror's initial Request for Quote 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.

QUOTERS – PLEASE SEE THE FOLLOWING FOR EVALUATION CRITERIA

The following Best Value Factors listed will be used to evaluate the Quotes using Low Price
Technically Acceptable Evaluation Criteria – GO – NO GO Criteria:

• DELIVERY – Per FAR 52.211-8 Time of Delivery


• TECHNICAL APPROACH
• PAST PERFORMANCE
• PRICE

Technical Acceptance Factor #1: DELIVERY


Quoters will need to fill out the clause 52.211-8 for evaluation by the Government. All
vendors who can meet the Governments required delivery date will be deemed
technically acceptable.

Technical Acceptance Factor #2: TECHNICAL APPROACH


Quoters will need to provide product literature or a capabilities document which outlines
how the vendor will provide the requirement IAW Statement of Works, CDRL(s) See
below compliance matrix which has a GO (Acceptable)/NO GO (Unacceptable) section
that will
need filled out as part of technical acceptance. The product literature or capabilities
document will be evaluated by the Requiring Technical Activity (RTA) in conjunction
with the compliance matrix to ensure technical acceptance. Vendors must be an
authorized resellers and shall provide a letter of supply from the OEM Microsemi
Corp /Microchip Technologies INC.
Technical Acceptance Factor #3: Past History
Past performance will be evaluated based on the below questionnaire. The contractor will need to
complete the questionnaire in its entirety and provide all information.
Projects listed will need to be work that had been completed by the contractor for
same/similar supplies within the past three years and can be either Government or
Commercial contractors.
Past performance will be based on GO(Acceptable) /NO GO (Unacceptable) basis,
evaluated strictly on the information provided on the questionnaire. An unacceptable (NO GO)
equals the inability to have met any work listed on the questionnaire. A quoter with no past
performance will be evaluated as neutral.
*Special Note: The Government programs FAPIS and PPIRS will be verified as a part of
this evaluation. If you have a negative report for an action equal funding range and work
N0016423Q0291

Page 42 of 43

type, this will be an automatic No Go. No reports will still be evaluated as neutral.*
https://www.SAM.GOV

*Special Note: The Government programs FAPIS and PPIRS will be verified as a part of
this evaluation. If you have a negative report for an action equal funding range and work
type, this will be an automatic No Go. No reports will still be evaluated as
neutral.*https://www.ppirssrng.csd.disa.mil/default.htm

SEE TECHNICAL ACCEPTANCE EVALUATION MATRIX BELOW:


Quoter’s by checking a “GO” column you are certifying that your company meets
technical acceptance evaluation factors. Matrix must be filled out for consideration of award.
TECHNICAL APPROACH GO NO GO IF YOU CAN EXCEED ANY
TECHNICAL APPROACH
EVALUATION CRITERIA
PLEASE INDICATE HOW BELOW

DELIVERY
Fill out 52.211-8 and Meet the
Governments specified delivery.
By checking GO in this box you are
certifying that all products quoted
can be delivery no later than
54 Weeks ARO,

Factor #2TECHNICAL APPROACH


This is sole-source to Microsemi
Corp/ Microchip Technologies INC
and authorized resellers. Authorized
resellers shall provide a letter of
supply.
Factor #3
CONFORMANCE TO PAST
HISTORY
By checking GO in this box your are
certifying that you company meets
all of the requirements. Please
complete questionnaire below.

A RESPONSIVE QUOTE CONSISTS OF THE FOLLOWING:


Signed SF 18 (ALL PAGES RETURNED)
All pricing must be entered on the CLIN of solicitation
Technical Acceptance Evaluation Matrix completely filled out
Delivery Confirmation

ADDITIONAL DOCUMENTATION WILL BE ACCEPTED HOWEVER NO QUOTER WILL BE


CONSIDERED TECHNICALLY ACCEPTABLE WITHOUT THE ABOVE MENTIONED DOCUMENTATION.
TO BE CONSIDERED TECHNICALLY ACCEPTABLE ALL QUOTERS MUST MEET THE ABOVE
CRITERIA. ONCE QUOTERS HAVE BEEN DEEMED TECHNICALLY ACCEPTABLE, THEN AND ONLY
THEN WILL PRICE BE EVALUATED
N0016423Q0291

Page 43 of 43

EXPERIENCE QUESTIONNAIRE 1. Contractor Name, Address, and Telephone


Instructions: Complete by inserting information or Xing box, as Number
indicated. If extra space is needed to complete an item, use the DUNS Number:
remarks block (indicate item number in remarks block). CAGE Code:
2. Submitted to (Office Name & Address) 3. Business 4. How many years do you or
– Attn: Mark Swartzentruber Company ?Partnership ? your firm have in the line of
NSWC Crane Corporation?Individual ? work contemplated by this
RE: Solicitation #N00164-23-Q-0291 Non-profit Organization ? solicitation? ________ Years

5. List below the projects your business has completed within the last three years (continue on separate sheet if
necessary):

Contract Type of Project Date Completed Name, Address, and Telephone No. of
Amount Owner/Person to Contract for Project
Information

6. List below all of your firm’s contractual commitments running concurrently with the work contemplated by this
solicitation (continue on separate sheet if necessary):
Contract Dollar Amt Name, Address, and Telephone No. of Awarded Percent Date
Amount Of Award Business/Government Agency Involved (Units) Completed Contract
Completed

7a. Have you ever failed to complete any work awarded to you? _____ Yes _____ No
7b. Has work ever been completed by performance bond? _____ Yes _____ No
7c. If “Yes” to either item 7a or 7b specify location(s) and reason(s) why (continue on separate sheet if necessary):
CERTIFICATION
I certify that all of the statements made by me are complete and correct to the best of my knowledge and that any
persons named as references are authorized to furnish NSWC Crane with any information needed to verify my
capability to perform this project.
8a.Certifying Official’s Name and Title

8b. Signature (Sign in Ink) 9. Date

You might also like