Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

93 -- DELRIN ROD, DE-588 AF, 6"" DIA. BROWN

Notice Date
8/13/2020 3:16:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM320Q6037
 
Response Due
8/20/2020 6:00:00 AM
 
Archive Date
06/30/2021
 
Point of Contact
steven bonavita
 
E-Mail Address
steven.1.bonavita@dla.mil
(steven.1.bonavita@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to BETASAMS.� The RFQ number is SPMYM3-20-Q-6037. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 2 and DFARS Change Notice 2020065.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .� The NAICS code is 325211, FSC Code 9330 and the Small Business Standard is 1,250 Employees.� This requirement is a 100% Small Business Set-Aside.����� Description Item 0001: 6.0� DIAMETER DELRIN DE-588 AF ROD. BROWN. Quantity Needed:�������������������� 18 Unit of Measure���������������������� Feet Item 0002 DATA REQUIREMENTS, SEE EXHIBIT �A� Attachment (1 page total) ITEM 0002: See Exhibit �A� Seq A001: CDRL DI-MISC-81356A (Certificate of Compliance). ITEM 0002: See Exhibit �A� Seq A002: CDRL DI-MISC-80678 (Certification / Data Report). Delivery Location Portsmouth Naval Shipyard, Receiving Officer, �Bldg. 170,� Code 501.2, Kittery, ME 03905. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirement and quality control. FOB destination The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Vendor to Provide the Following: �� � DELRIN Type Plastic is being requested, substitutes are NOT authorized. ����������������������� Manufacturer: ����������������������� Place of Manufacture: ����������������������� Expected Delivery Date: ����������������������� Vendor Cage Code: Contact information to include, primary point of contact, phone number and email ����������� ���������������������������������������������������� ������� MATERIAL INFORMATION ITEM������ DESCRIPTION�������������������������������� U/I���� QTY���� UNIT PRICE���� TOTAL PRICE 0001� �� ����6.0� DELRIN DE-588 AF ROD� ������Feet�� 18 **Vendors are strongly encouraged to include shipping, freight and other overhead costs into a single unit price. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility.� Potential contractors will be screened for responsibility in accordance with FAR 9.104. Quotes must be emailed to steven.1.bonavita@dla.mil All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, cage code, and payment terms.�� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. A reverse auction may be held. Note: Attachment Total of 1 pages The following clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13, SAM Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications (Dec 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.204-26� Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors� 52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.215-9023, Reverse Auction 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B�Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2,� Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003. Control of Government Personnel Work Product 252.204-7008 DEV� Compliance With Safeguarding Covered Defense Information Controls 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7001� Buy American Act & Balance of Payments Program 252.225-7002� Qualifying Country Sources as Subcontractors 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items� including: �52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations � Representation, 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment� 52.219-6 ALT 1 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor � Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26� Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. � 52.204-24���Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services.� (d) Representations. The Offeror represents that� (1) It [] will, [] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It [] does, [] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) Additional contract terms and conditions applicable to this procurement are:� DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation 252.204-7018� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.225-7048� Export � Controlled Items DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023� Transportation of Supplies By Sea Local Clauses: YM3A1 INVOICING AND PAYMENT INSTRUCTIONS: Contracting Officer�s point of contact is: � Steven Bonavita, Code KME������������� Tel: 207-413-222-4680 � steven.1.bonavita@dla.mil � ����������� Submit invoices via Wide Area Workflow (https://wawf.eb.mil) in accordance with the instructions contained in FAR 252.232-7006 (Wide Area Workflow Payment Instructions). Calls inquiring on payments can be made to DFAS Columbus Customer Service at 800-756-4571.������ WAWF invoice/reject inquiries can be made to ask DFAS by email at: https://www.dfas.mil/dfas/AskDFAS/ The DFAS website is https://www.dfas.mil/dfas/AskDFAS/DoDAAC.html YM3C500, MERCURY CONTROL (SUPPLIES)� Mercury or mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. YM3C528, SPECIFICATION CHANGES No changes to specification or other contract technical requirements are allowed without Contracting Officer approval YM3D2, MARKING OF SHIPMENTS The contractor shall mark all shipments of military packaged items in accordance with MIL-STD-129 (Latest Revision) �Marking for Shipment and Storage� and all commercially packaged items in accordance with ASTM-D-3951 (Latest Revision) �Standard Practice for Commercial Packaging�. ALL EXTERIOR CONTAINERS/PACKS SHALL AS A MINIMUM BE MARKED AS FOLLOWS: 1.���������� Applicable National Stock Number (NSN), Federal Stock Number (FSN), Local Stock Number (LSN), or Part Number, when neither NSN nor FSN or LSN are available. 2.���������� Quantity 3.���������� QA Designator:� 3������ 4.���������� Government Contract or Purchase Order Number (incl. Delivery Order No) 5.���������� From:� (Contractor�s Name and Address) 6.���������� To:� (Shipment Address) 7.���������� Markings may be applied by any means, which provide legibility 8.���������� Additional markings required are stated below: ������������� None YM3D4, PREPARATION FOR DELIVERY (COMMERCIALLY PACKAGED ITEMS) Preservation, packaging and packing shall be in accordance with ASTM Designation D-3951(Latest Revision), �Standard Practice for Commercial Packaging YM3D8, PROHIBITED PACKING MATERIALS The use of asbestos or excelsior is prohibited.� In addition, the use of yellow wrapping or packaging material is prohibited except where used for the containment of radioactive material.� Loose fill polystyrene is prohibited for shipboard use. YM3E2, INSPECTION AND ACCEPTANCE (DESTINATION) Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity.� Receiving activity shall execute acceptance certificate on the applicable inspection and receiving report form: DD Form 1155, Standard Form 44, DD form 250, or the Wide Area Workflow (WAWF) Receipt and Acceptance Receiving Report. The executed payment copy shall be forwarded to the paying office within four (4) workdays thereafter. YM3F500 CONSIGNMENT INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD Consign Parcel Post shipments to Portsmouth, NH� 03801. For access to the Portsmouth Naval Shipyard (PNS), contact PNS Security Pass Office at 207-438-2235/2614. MARK SHIPPING DOCUMENTS:� �Notify Receiving Officer, Portsmouth Naval Shipyard prior to arrival for delivery instructions. Telephone: 207-438-5521/5206�. NOTICE:� CARRIER�S DRIVERS ENTERING PORTSMOUTH NAVAL SHIPYARD MUST BE UNITED STATES CITIZENS BY BIRTH OR MUST CARRY EVIDENCE OF NATURALIZATION. Except by special arrangement, shipments will be received only between the hours of 7:00 AM and 2:30 PM local time, Monday through Friday (Federal Holidays excepted). ��������� ������������������ YM3 E504 NOTICE OF CONSTRUCTIVE ACCEPTANCE PERIOD Contractors are hereby advised that the constructive acceptance period established in accordance DFARS 232.904 and, as applicable in either 52.212-4 (i) (2) or 52.232-25 (a) (5) (I) (Prompt Payment), is revised to 45 calendar days in lieu of 7 calendar days. ������������������ ��������� DLAD 52.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (DEC 2016) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and legal counsel. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. DLAD Procurement Notes C01 Superseded Part Numbered Items (SEP 2016) If an item part number is superseded during the term of this contract, the contractor shall advise the contracting officer immediately upon determination. The notice shall include complete information on the superseding item form, fit, function, configuration, application, or physical nature. The� contracting� officer will determine whether the item is acceptable to the Government, advise the contractor within seven days, and modify the contract accordingly. C02 Manufacturing Phase -Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) The contractor shall notify the contracting officer immediately upon determining the unavailability of obsolete materials or components. The contractor may recommend a solution to include the impact on the contract price and delivery.� The contractor shall� not� initiate� any item redesign� or� incur� any additional costs without the express, written authorization of the contracting officer. In the event that manufacturing� phase-out� or� discontinuance� of� production� of such items� is contemplated, the contractor is required to notify the� contracting officer and publish� the discontinuance� in the Government-Industry Data Exchange Program (GIDEP), where feasible; and to provide immediate advance notice of production phase-out to DLA DMSMS at dscc.dmsms@dla.mil. C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016) (1) By submitting a quotation or offer, the contractor agrees that, when the contractor is not the manufacturer of the item, it is confirming that it currently� has or� will� obtain� before delivery� and shall retain documented evidence (supply chain traceability documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract. (2) At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source�s Commercial and Government Entity (CAGE) code, and clear identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer's batch identification for the item(s), such as date codes, lot codes, or serial numbers. (3)Examples of acceptable supply chain traceability documentation can be found at: http://www.dla.mil/LandandMaritime/Business/Selling/Counterfeit-Detection-Avoidance-Program/ (4) The contractor shall immediately make available documentation upon request of the contracting officer. The contracting officer determines the acceptability and sufficiency of documentation. If the contractor fails to retain or provide the documentation� or the� contracting officer finds� the� documentation to be unacceptable, corrective action may be taken including, but not� limited� to,� cancellation� of undelivered orders or rejection of delivered supplies. C04 Unused Former Government Surplus Property (DEC 2016) To be considered for award, the offeror must complete and submit the following representation with their offer. Additional supporting documentation to demonstrate the surplus material offered was previously owned by the Government and meets solicitation requirements� must be provided� within� 24� hours� of request by the contracting officer. The material is new, unused, and not of such age or so deteriorated as to impair its usefulness or safety. Yes __ No __ The material conforms to the technical requirements cited in the solicitation (e.g., Commercial and Government Entity (CAGE) Code and part number, specification, etc.). Yes __ No __ The material conforms to the revision letter/number, if� any is� cited.� Yes __ No __ Unknown __ If No, the revision does not affect form, fit, function, or interface. Yes__ No __ Unknown __ The material was manufactured by: (Name): _____ ���������������������������������������������������������������������������������������������������������������������� (Address): ____ ������������������������������������������������������������������������������������������������������������������� _ The� offeror currently� possesses the material �Yes __�� No __ If yes, the offeror purchased the material from a Government selling agency or other source. Yes __ No __ If yes, provide the following: Government� Selling �Agency ___ ������������������������������������������������������������������������������������������� Contract Number ____ ��������������������������������������������������������������������������������������������������������� Contract Date: (Month, Year): _____ ����������������������������������������������������������������������������������� _ Other Source ___ ����������������������������������������������������������������������������������������������������������������� Address _____ ���������������������������������������������������������������������������������������������������������������������� Date Acquired: (Month/Year) ____ ��������������������������������������������������������������������������������������� The� material has been altered or modified.������� Yes __ No __ If Yes, the offeror must provide the name of� the� company that performed the alteration� or� modification and attach or forward to the contracting officer a complete description of the alterations or modifications. The material has been reconditioned. Yes __ No __ If Yes, (i) the price offered includes the cost of reconditioning /refurbishment. Yes __ No __; and (ii) the offeror must provide information on the company that reconditioned the material with the certifications and attach or forward to the contracting officer a complete description of any work done or to be done, including the components to be replaced and the applicable rebuild standard. The material contains cure-dated components. Yes __ No __ If Yes, (i) the price includes replacement of cure-dated components. Yes __ No __; and (ii) provide cure date to the contracting officer. The material has data plates attached. Yes __ No __ If Yes, the offeror must state below all information contained thereon, or forward a copy or facsimile of the data plate� to the contracting officer. ____ ������������������������������������������������������������������������������������� _ The offered material is in its original package. Yes __ No __ If yes, the offeror has stated below all original markings and data cited on the package; or has attached or forwarded to the contracting officer a copy or facsimile of original package markings: Contract Number _____ �������������������������������������������������������������������������������������������������������������� _ NSN____ �������������������������������������������������������������������������������������������������������������������������������� _ CAGE Code ___ ������������������������������������������������������������������������������������������������������������������������������� Part Number ____ �������������������������������������������������������������������������������������������������������������������������� Other Markings/Data_____ ���������������������������������������������������������������������������������������������� _ The offeror has supplied this same material (National Stock Number) to the Government before. Yes __ No __ If Yes, (i) the material being offered is from the same original Government contract number as that provided previously. Yes __ No __; and (ii) state below the Government Agency and contract number under which the material was previously provided: Agency _____ _____ ������������������������������������������������������������������������������������������������������������� _ Contract Number ___ ������������������������������������������������������������������������������������������������������������� � The material is� manufactured in� accordance with a specification� or drawing.�� Yes __ No __ If Yes, (i) the specification/drawing is in the possession of the offeror. Yes __ No __; and (ii) the offeror has rial. ___ When the above documents are not available, or if they do not identify� the specific� NSN being acquired, a copy or facsimile of all original package markings and data, including NSN, commercial and Government entity (CAGE) code and part number, and original contract number. (This information has already been provided in paragraph (c)(6) of this clause. Yes __ No __.) ___ When none of the above are available, other information to demonstrate that the offered material was previously owned by the Government. Describe and/or attach. This only applies to offers of Government surplus material. Offers of commercial surplus, manufacturer�s overruns, residual inventory resulting from terminated Government contracts, and any other material that meets the technical requirements in the solicitation but was not previously� owned by the Government will be evaluated in accordance with the DLAD procurement note L04, Offers for Part Numbered Items. If requested by the contracting officer, the offeror shall furnish sample units, in the number specified,� to the contracting officer or to another location specified by the contracting officer, within 10 days after the contracting officer's request. The samples will be furnished� at no� cost to the� Government.� All� such samples not destroyed in evaluation will� be� returned at the offeror's expense. The samples� will� be evaluated for form, fit, and function with subassembly,� assembly,� or equipment� with� which the� items� are to be used. End items furnished under any contract award to the offeror furnishing the samples can include� the returned samples, and all� acceptable end items� will� have� a configuration� identical� to the samples. If specific tests of the samples' performance are made by the Government, the offeror will be furnished the results of such tests prior to a contract being entered into. In addition to any other inspection examinations and tests required by the contract, the performance of the end items will be ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf1f7849f9c94043bceb1e86cc5d2421/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05757504-F 20200815/200813230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.