Tennessee Bids > Bid Detail

118th SFS GENERATORS FOR DOMOPS TRAILERS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159872093857715
Posted Date: Sep 6, 2023
Due Date: Sep 20, 2023
Solicitation No: W50S9723Q0026
Source: https://sam.gov/opp/4d765a9f77...
Follow
118th SFS GENERATORS FOR DOMOPS TRAILERS
Active
Contract Opportunity
Notice ID
W50S9723Q0026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N1 USPFO ACTIVITY TNANG 118
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 06, 2023 02:15 pm CDT
  • Original Date Offers Due: Sep 20, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Nashville , TN 37217
    USA
Description

W50S9723Q0026 118th SFS DOMOPS Trailer Generators







Tennessee Air National Guard Contracting Office located at 240 Knapp, Nashville, TN 37217.



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





The North American Industry Classification System (NAICS) Code for this requirement is 335312 Motor and Generator Manufacturing with the corresponding size standard of 1250 Employees.



This document incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 2023-04 Dated 06/02/2023.



This Request for Proposal (RFQ) is for commercial products/services is being 100% set-aside for Total Small Businesses. All responsible sources may submit a quote which shall be considered by the agency.



The Government intends to award one Firm-Fixed Price Single Award contract.



Evaluation factors for this award The Evaluation Criteria is in accordance with FAR 13.106-2 Evaluation of Quotations or Offers. Offeror MUST provide Tax ID and CAGE Code and UEI with proposal. Offeror must be certified in www.SAM.gov (ORCA certified). This will be a determining factor in the award process if the offeror is not current in their certification. (ORCA is located at SAM) https://www.sam.gov/portal/public/SAM/





This Solicitation will close at 1:00 PM Central Time on Wednesday, September 20, 2023, at 1 PM Central Time. Place of Performance will be at 118th Wing Berry Field Air National Guard Base 240 Knapp Blvd Nashville, TN 37217. Please email all questions to MSgt Jonathan Forren at jonathan.forren@us.af.mil. Questions will be answered and posted as an amendment to this solicitation.





***CURRENTLY FUNDS ARE NOT AVAILABLE FOR THIS REQUIREMENT, BUT THERE IS REASONABLE EXPECTATION THAT FUNDS WILL BE AVAILABLE BY 30 SEPTEMBER 2023*** Please make quotes available until 30 September 2023.





This requirement is to Purchase and install two (2) Commercial 5,500-Watt pure sine wave invertor generators per Less than Lethal (LTL) trailers that will be located on the tongue of the existing trailers. Current generators on trailers have reached end of life.









ADDENDUM TO FAR 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS



To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors shall assume that the Government has no prior knowledge of their operations and experience and will base its evaluation on the information presented in the offerors proposal. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and completeness of the price.



The provisions FAR 52.212- 3, Offeror Representations and Certifications - Commercial Items with Alternate I.



(d) Acknowledgment of solicitation amendments when issued.



(e) Submit signed and dated offers to the office specified in this solicitation at or before the time specified in this solicitation. Offers may be sent directly back to 118th Wing Contracting by email to jonathan.forren@us.af.mil and gregory.allen.8@us.af.mil , no later than the date and time specified in this solicitation.



(End of Addendum)



(End of provision)





52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2021) PROVISION



12



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



Lowest Price Technically Acceptable. To be considered technically acceptable the generators offered must meet the following salient characteristics:



-air-cooled 4-stroke OHV engine



-5.0 KVA output



-5,000 running watts at 3,600 RPM



-45.8 MAX AMPS



-10.4 Net Max HP at 3600 RPM



-41.6 rated current AMPS



-120 Volts rated voltage



-21.7 in 3 displacement



-Hot Weather Certified



-CARB and EPA approved



-3 Year/2,000 hour warranty



-Dimensions: 29.33 inches x21.46 inches x 16.10 inches (LxWxH)



-max weight of 185 pounds



-needs to include electric stat/stop feature on generators along with a back-up pull start



-needs to be wired directly to current LTL trailers electrical system for seamless integration. Needs to connect to user-friendly remote start feature located inside of LTL Trailers



-2 custom extruded aluminum tongue mounted generator compartment with doors





FUEL TANKS-



2 low profile 20-gallon custom on board gasoline fuel tank with direct fuel fill, fuel gauge and custom drain. Mounted directly behind generator on tongue of trailers.





Installation Required.





PLEASE SEE PICTURES OF OLD GENERATOR AND CURRENT SFS LTL TRAILERS GENERATORS WILL BE INSTALLED ON.







(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Addendum)



(End of provision)









CLAUSES INCORPORATED BY REFERENCE (Full text can be accessed at: https://www.acquisition.gov/





FAR 203-3 Gratuities (APR 1984)



FAR 203-6 Restrictions on Subcontractor Sales to the Government—Alternate I (JUN 2020)



FAR 203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEPT 2007)



FAR 203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020)



FAR 52.204-7-- System for Award Management (OCT 2018) PROVISION



FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)



FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (JUN 2020)



FAR 52.204-13 - System for Award Management Maintenance (OCT 2018)



FAR 52.204-16 - Commercial and Government Entity code Reporting (AUG 2020) PROVISION



FAR 52.204-18-Commercial and Government Entity code Maintenance (AUG 2020)



FAR 52.204-20 Predecessor of Offeror (AUG 2020) PROVISION



FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapspersky Lab and Other Covered Entities (NOV 2021)



FAR 52.204-24Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) PROVISION



FAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) PROVISION



FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)



FAR 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)



FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) PROVISION



FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) PROVISION



FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



FAR 52.212-1 -- Instructions to Offerors - Commercial Items (NOV 2021)



FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2021) PROVISION



FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (DEC 2022)



FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JUN 2023)



FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)



FAR 52.219-8 Utilization of Small Business Concerns (OCT 2022)



FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008)



FAR 52.219-28 -- Post-Award Small Business Program Representation (MAR 2023)



FAR 52.222-3 -- Convict Labor (JUN 2003)



FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (DEC 2022)



FAR 52.222-21 -- Prohibition of Segregated Facilities (APR 2015)



FAR 52.222-26 Equal Opportunity (SEP 2016)



FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020)



FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)



FAR 52.222-37 Employment Reports on Veterans (JUN 2020)



FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)



FAR 52.222-50 Combating Trafficking in Persons (NOV 2021)



FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN)



FAR 52.232-18 Availability of Funds (APR 1984)



FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)



FAR 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013)



FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)



FAR 52.233-3-- Protest after Award (Aug 1996)



FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004)



FAR 52.253-1-- Computer Generated Forms (Jan 1991)



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)



DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Jan 2015) PROVISION



DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)



DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (FEB 2019)



DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) PROVISION



DFARS 252.204-7012 Safeguarding Covered Defense Information Controls (DEC 2019)



DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016)



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May 2021) PROVISION



DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



DFARS 252-223-7008 Prohibition of Hexavalent Chromium (JUNE 2013)



DFARS 252.225-7048 Export-Controlled Items (Jun 2013)



DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)



DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)



DFARS 252.244-7000 Subcontracts for Commercial Items (JAN 2021)





CLAUSES INCORPORATED BY FULL TEXT



52.252-2 Clauses Incorporated by Reference.



As prescribed in 52.107(b), insert the following clause:



Clauses Incorporated By Reference (Feb 1998)



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



https://www.acquisition.gov/



(End of clause)



52.252-6 Authorized Deviations in Clauses (NOV 2020)



As prescribed in 52.107(f)



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.



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



(End of clause)







252.232-7006 Wide Area WorkFlow Payment Instructions.



WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)



(a) Definitions. As used in this clause—



“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.



“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).



“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.



“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.



(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.



(c) WAWF access. To access WAWF, the Contractor shall—



(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and



(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.



(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/



(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):



(ii) For fixed price line items—



(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



[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]



(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.



Routing Data Table*



Data to be entered in WAWF



Field Name in WAWF __________



Pay Official DoDAAC __________



Issue By DoDAAC __________



Admin DoDAAC** __________



Inspect By DoDAAC __________



Ship To Code __________



Ship From Code ____________



Mark For Code ____________



Service Approver (DoDAAC) ____________



Service Acceptor (DoDAAC) ____________



Accept at Other DoDAAC ____________



LPO DoDAAC ____________



DCAA Auditor DoDAAC ____________



Other DoDAAC(s) ____________



(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.



_________________________________________________________________



(Contracting Officer: MSGT Jonathan Forren 615-660-8889 or jonathan.forren@us.af.mil)



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



(End of clause)







252.211-7003 Item Unique Identification and Valuation.



As prescribed in 211.274-6 (a)(1), use the following clause:



ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)



(a) Definitions. As used in this clause—



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



“Concatenated unique item identifier” means—



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



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



“Data matrix” means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022.



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



“DoD recognized unique identification equivalent” means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at https://www.acq.osd.mil/asda/dpc/ce/ds/unique-id.html .



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



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



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



“Government’s unit acquisition cost” means—



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



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



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



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



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



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



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



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



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



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



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



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



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



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



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



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



“Unique item identifier type” means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at https://www.acq.osd.mil/asda/dpc/ce/ds/unique-id.html .



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



(c) Unique item identifier.



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



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



Contract Line, Subline, or



Exhibit Line Item Number Item Description



___________________________________________________________________



___________________________________________________________________



___________________________________________________________________



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



Contract Line, Subline, or



Exhibit Line Item Number Item Description



___________________________________________________________________



___________________________________________________________________



___________________________________________________________________



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



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



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



(v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability.



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



(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology – International symbology specification – Data matrix; ECC200 data matrix specification.



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



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



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



(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology – EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.



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



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



(5) Unique item identifier.



(i) The Contractor shall—



(A) Determine whether to—



(1) Serialize within the enterprise identifier;



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



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



(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version;



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



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



(ii) The issuing agency code—



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



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



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



(1) Unique item identifier.



(2) Unique item identifier type.



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



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



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



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



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



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



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



(10) Government’s unit acquisition cost.



(11) Unit of measure.



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



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



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



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



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



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



(3) Unique item identifier type.**



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



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



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



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



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



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



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



(11) Description.



** Once per item.



(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:



(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/.



(2) Embedded items shall be reported by one of the following methods—



(i) Use of the embedded items capability in WAWF;



(ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or



(iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423.



(g) Subcontracts. If the Contractor acquires by subcontract any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial products or commercial services.



(End of clause)




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR TNANG DO NOT DELETE 240 KNAPP BLVD
  • NASHVILLE , TN 37217-2538
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 06, 2023 02:15 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >