This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is ERP130090927 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 337121 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes.
The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:
2021-09-07 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Statement of Work.
The FLC - Jacksonville requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: PILOT HOUSE CHAIR COVER (CO) SEATBACK (SEAT TO TOP OF CHAIR) 24 1/2" HEIGHT X 19” WIDTH *(SEAT 20” WIDTH, 19 1/2“) Imperial blue naugahyde with GOLD 10”L x 10” W Command at Sea Pin (CAS) embroidered on the chair back, centered on seatback. 1” Below CAS, centered Gold 5” BLOCK letters “CO” embroidered Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 002: PILOT HOUSE CHAIR COVER (XO) SEATBACK (SEAT TO TOP OF CHAIR) 24 1/2" HEIGHT X 19” WIDTH *(SEAT 20” WIDTH, 19 1/2“) Imperial blue naugahyde with GOLD 12”L x 6” W Surface Warfare Officer Pin (SWO) embroidered on the chair back, centered on seatback. 2” Below SWO, centered Gold 5” BLOCK letters “XO” embroidered Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 003: PILOT HOUSE CHAIR COVER SEATBACK (SEAT TO TOP OF CHAIR) 24 1/2" HEIGHT X 19” WIDTH *(SEAT 20” WIDTH, 19 1/2“) Imperial blue naugahyde with full color 11”L x 9” W USS Fort Lauderdale crest embroidered on the chair back, centered on seatback. Quoter shall provide the country of origin for the item in this CLIN, 3, EA;
LI 004: WARDROOM MESS CHAIR COVER 23"WIDTH X 22 3/4"DEEP X 31 5/8”HEIGHT (TOP OF SEAT TO FLOOR 18”, TOP OF ARM TO FLOOR 27 1/4”) Imperial blue naugahyde with full color 9”L x 6” W USS Fort Lauderdale embroidered on the chair back, centered 2” from top of seatback. 1” Below Crest, 4” in from left edge, full color 6”L x 4” W embroidered Marine EGA. 1” Below Crest, embroidered 4” in from right edge, full color 6”L x 4” W Navy Officer insignia. Quoter shall provide the country of origin for the item in this CLIN, 36, EA;
LI 005: WARDROOM MESS CHAIR COVER (CO) 23"WIDTH X 22 3/4"DEEP X 31 5/8”HEIGHT (TOP OF SEAT TO FLOOR 18”, TOP OF ARM TO FLOOR 27 1/4”) Imperial blue naugahyde with GOLD 10”L x 10” W Command at Sea Pin (CAS) embroidered on the chair back, centered on seatback. 1” Below CAS, centered Gold 5” BLOCK letters “CO” embroidered. Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 006: WARDROOM MESS CHAIR COVER (XO) 23"WIDTH X 22 3/4"DEEP X 31 5/8”HEIGHT (TOP OF SEAT TO FLOOR 18”, TOP OF ARM TO FLOOR 27 1/4”). Imperial blue naugahyde with GOLD 12”L x 6” W Surface Warfare Officer Pin (SWO) embroidered on the chair back, centered on seatback. 2” Below SWO, centered Gold 5” BLOCK letters “XO” embroidered. Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 007: WARDROOM LOUNGE CHAIR COVER 24"WIDTH X 23 5/8"DEEP X 30 5/8”HEIGHT (TOP OF SEAT TO FLOOR 17 3/8”, TOP OF ARM TO FLOOR 24 1/8”). Imperial blue naugahyde with full color 9”L x 6” W USS Fort Lauderdale crest embroidered on the chair back, centered 3” from top of seatback. 1” Below Crest, 6” in from left edge, full color 6”L x 4” W. Embroidered Marine EGA. 1” Below Crest, embroidered 6” in from right edge, full color 6”L x 4” W Navy Officer insignia. Quoter shall provide the country of origin for the item in this CLIN, 4, EA;
LI 008: CPO MESS CHAIR COVER 23"WIDTH X 22 3/4"DEEP X 31 5/8”HEIGHT (TOP OF SEAT TO FLOOR 18”, TOP OF ARM TO FLOOR 27 1/4”) Imperial blue naugahyde with full color 9”L x 6” W USS Fort Lauderdale embroidered on the chair back, centered on seatback. 2”Left of Crest, full color 3”L x 2” W embroidered Marine E-9, E-8, and E-7 Rank Insignas stacked vertically (See CPO Art for Reference). 2” Right of Crest, full color 3”L x 2” W embroidered Navy MCPO, SCPO, and CPO Anchors stacked vertically Quoter shall provide the country of origin for the item in this CLIN, 26, EA;
LI 009: Table Cover Size/Dimensions: 27”L X 24”W BLACK NAUGAHYDE WITH BLACK KNIGHTS’ CAFE EMBROIDERED ON BOTH LONG SIDES OF THE TABLE COVER IN GOLD LETTERING, DDG 121 EMBROIDERED ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER AN EMBROIDERED 8” CREST CENTERED- ARTWORK #1 “Crew’s mess six seater design. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 2, EA;
LI 010: Table Cover Size/Dimensions: 46”L X 27”W BLACK NAUGAHYDE WITH BLACK KNIGHTS’ CAFE EMBROIDERED ON BOTH LONG SIDES OF THE TABLE COVER IN GOLD LETTERING, DDG 121 EMBROIDERED ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER AN EMBROIDERED 8” CREST CENTERED- ARTWORK #1 “Crew’s mess six seater design. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 011: Table Cover Size/Dimensions: 66”L X 27”W BLACK NAUGAHYDE WITH BLACK KNIGHTS’ CAFE EMBROIDERED ON BOTH LONG SIDES OF THE TABLE COVER IN GOLD LETTERING, DDG 121 EMBROIDERED ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER AN EMBROIDERED 8” CREST CENTERED- ARTWORK #1 “Crew’s mess six seater design. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 5, EA;
LI 012: Table Cover Size/Dimensions: 42”L x 27”W BLACK NAUGAHYDE WITH BLACK KNIGHTS’ CAFE ON BOTH LONG SIDES OF THE TABLE COVER IN GOLD LETTERING, DDG 121 ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER AN 8” CREST CENTERED- ARTWORK #1 “Crew’s mess six seater design. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 12, EA;
LI 013: Table Cover Size/Dimensions: 27”L x 24”W BLACK NAUGAHYDE WITH UNTIL THEY ALL COME HOME EMBROIDERED (FRONT SIDE) OF THE TABLE COVER IN WHITE LETTERING, DDG 121 EMBROIDERED ON BOTH (SHORT SIDES) OF THE TABLE COVER IN WHITE LETTER, AND AN EMBROIDERED 8” POW*MIA DESIGN CENTERED ON THE TOP OF THE TABLE COVER- ARTWORK #2 “Crew’s mess POW/MIA design”. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 014: Table Cover Size/Dimensions: 72”L X 30”W BLACK NAUGAHYDE WITH DDG 121 BLACK KNIGHTS’ CPO MESS EMBROIDERED ON BOTH LONG SIDES OF THE TABLEC OVER IN GOLD LETTERING, DDG 121 EMBROIDERED ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER FROM LEFT TO RIGHT: (ALL ARTWORK TO BE EMBROIDERED) 8” CHIEFS’ CREST, 3 ANCHORS, AND SHIPS’ CREST. -ARTWORK #3 “Chiefs mess design”. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 2, EA;
LI 015: Table Cover Size/Dimensions: 76”L X 43”W BLACK NAUGAHYDE WITH DDG 121 BLACK KNIGHTS’ CPO MESS EMBROIDERED ON BOTH LONG SIDES OF THE TABLEC OVER IN GOLD LETTERING, DDG 121 EMBROIDERED ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER FROM LEFT TO RIGHT: (ALL ARTWORK TO BE EMBROIDERED) 8” CHIEFS’ CREST, 3 ANCHORS, AND SHIPS’ CREST. -ARTWORK #3 “Chiefs mess design”. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 016: Table Cover Size/Dimensions: 79”L X 17”W BLACK NAUGAHYDE WITH DDG 121 BLACK KNIGHTS’ CPO MESS EMBROIDERED ON BOTH LONG SIDES OF THE TABLEC OVER IN GOLD LETTERING, DDG 121 EMBROIDERED ON BOTH SHORT SIDES OF THE TABLE COVER IN GOLD LETTERING, AND ON THE TOP OF THE TABLE COVER FROM LEFT TO RIGHT: 8” CHIEFS’ CREST, 3 ANCHORS, AND SHIPS’ CREST. -ARTWORK #3 “Chiefs mess design”. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 1, EA;
LI 017: Table Cover Size/Dimensions: 168”L x 48”W BLACK NAUGAHYDE WITH DDG 121 WARDROOM MESS EMBROIDERED ON BOTH LONG SIDES OF THE TABLE COVER IN GOLD LETTERING, AN EMBROIDERED 12” CREST CENTERED ON BOTH THE LEFT AND RIGHT TOP OF THE TABLE COVER-ARTWORK #4 “Wardroom mess design”. (ALL ARTWORK IS TO BE EMBROIDERED) Quoter shall provide the country of origin for the item in this CLIN, 2, EA;
Solicitation and Buy Attachments
***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
Except as provided in FAR 4.1102(a), the contracting officer shall insert the provision 52.204-7, System for Award Management, in all solicitations. If the solicitation is anticipated to be awarded in accordance with 4.1102(a)(5), the contracting officer shall use the provision 52.204-7, System for Award Management, with its Alternate I. Note: Insert the clause 52.204-13, System for Award Management Maintenance, in solicitations that contain the provision 52.204-7.
(b) Insert the clause 52.204-13, System for Award Management Maintenance, in solicitations that contain the provision at 52.204-7, and resulting contracts.
(a) Insert the provision 52.204-16, Commercial and Government Entity Code Reporting, in all solicitations that include-- (1) 52.204-6, Data Universal Numbering System Number; or (2) 52.204-7, System for Award Management.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments are permitted unless specifically authorized at the time of award.
Bid MUST be good for 30 calendar days after close of Buy.
(b) Insert the provision 52.204-17, Ownership or Control of Offeror, in all solicitations that include the provision 52.204-16, Commercial and government Entity Code Reporting.
(c) Insert the clause 52.204-18, Commercial and Government Entity Code Maintenance, in all solicitations and contracts when the solicitation contains the provision 52.204-16, Commercial and Government Entity Code Reporting.
The contracting officer shall insert the clause 52.204-19, Incorporation by Reference of Representations and Certifications, in all solicitations and contracts.
The contracting officer shall-- (a) Include the provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation, in each solicitation for the acquisition of products or services (including construction); and (b) Include the clause 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, in each solicitation and contract for the acquisition of products or services (including construction).
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 750 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.(f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision)
The provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. This provision provides a single, consolidated list of representations and certifications for the acquisition of commercial items and is attached to the solicitation for offerors to complete. This provision may not be tailored except in accordance with Subpart 1.4. Use the provision with its Alternate I in solicitations issued by DoD, NASA, or the Coast Guard.
Insert the clause in solicitations and contracts for the acquisition of commercial items: The clause 52.212-4, Contract Terms and Conditions -- Commercial Items. This clause includes terms and conditions which are, to the maximum extent practicable, consistent with customary commercial practices and is incorporated in the solicitation and contract by reference (see Block 27, SF 1449). Use this clause with its Alternate I when a time-and-materials or labor-hour contract will be awarded. The contracting officer may tailor this clause in accordance with 12.302.
a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
Insert the clause 52.222-50, Combating Trafficking in Persons, in all solicitations and contracts. Use the clause with its Alternate I when the contract will be performed outside the United States (as defined at 22.1702) and the contracting officer has been notified of specific U.S. directives or notices regarding combating trafficking in persons (such as general orders or military listings of “off-limits” local establishments) that apply to contractor employees at the contract place of performance.
The contracting officer shall insert the clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, in all solicitations and contracts.
Insert the clause 52.225-13, Restrictions on Certain Foreign Purchases, in solicitations and contracts, unless an exception applies (Office of Foreign Assets Control).
(a) The contracting officer shall insert the clause — (1) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management, in all solicitations and contracts that include the provision 52.204-7 or an agency clause that requires a contractor to be registered in the SAM database and maintain registration until final payment, unless— (i) Payment will be made through a third party arrangement (see 13.301 and paragraph (d) of this section); or (ii) An exception listed in 32.1103(a) through (i) applies.
The contracting officer shall include in all solicitations the provision 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications.
The contracting officer shall insert the clause 52.232-39, Unenforceability of Unauthorized Obligations in all solicitation and contracts.
Insert the clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, in all solicitations and contracts.
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause)
Use the clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items.
Use the clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, in all solicitations and contracts.
Use the provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials, in all solicitations, including solicitations using FAR part 12 procedures for the acquisition of commercial items and solicitations for task and delivery orders.
Use the clause 252.204-7003, Control of Government Personnel Work Product, in all solicitations and contracts.
(a) Use the provision 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items.
Use the clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items
Use the clause 252.204-7015, Disclosure of Information to Litigation Support Contractors, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items.
Use the clause 252.225-7048, Export-Controlled Items, in all solicitations and contracts.
(a) Except as provided in 232.7002(a), use the clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, in solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items.
Use the clause 252.232-7010, Levies on Contract Payments, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items.
Use the clause 252.243-7001, Pricing of Contract Modifications, in solicitations and contracts when anticipating and using a fixed price type contract.
Use the clause 252.244-7000, Subcontracts for Commercial Items, in solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items.
(b) Use the basic or one of the alternates of the clause 252.247-7023, Transportation of Supplies by Sea, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items, except those for direct purchase of ocean transportation services. (1) Use the basic clause unless any of the supplies to be transported are commercial items that are— (i) Shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations when the contract is not a construction contract; or (ii) Commissary or exchange cargoes transported outside of the Defense Transportation System when the contract is not a construction contract. (2) Use the alternate I clause if any of the supplies to be transported are commercial items that are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations when the contract is not a construction contract. (2) Use the alternate I clause if any of the supplies to be transported are commercial items that are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations when the contract is not a construction contract. (3) Use the alternate II clause if any of the supplies to be transported are commercial items that are commissary or exchange cargoes transported outside of the Defense Transportation System (10 U.S.C. 2643), when the contract is not a construction contract
(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: The Government will make a single award using the low price technically acceptable ("LPTA") source selection. The Government will solicit and award the contract using FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The Government intends to award on initial quotes but reserves the right to conduct discussions. To be determined technically acceptable, a Quoter must submit a quote that does not take exception to any terms and conditions of the solicitation. The Contracting Officer will use the following rating table: Rating Description Acceptable Quote does not take exception to any terms and conditions of the Solicitation and therefore clearly meets the requirements of the Solicitation. Unacceptable Quote takes exception to the solicitation terms and conditions and therefore does not clearly meet the requirements of the solicitation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Insert the provision at 52.204-20, Predecessor of Offeror, in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting. 52.219-1 Alt I- (1) Insert the provision at 52.219-1, Small Business Program Representations, in solicitations exceeding the micro-purchase threshold when the contract will be performed in the United States or its outlying areas.(2) Use the provision with its Alternate I in solicitations issued by DoD, NASA, or the Coast Guard.
Insert the clause at 52.219-28, Post-Award Small Business Program Rerepresentation, in solicitations and contracts exceeding the micro-purchase threshold when the contract will be performed in the United States or its outlying areas.
Insert the clause at 52.222-3, Convict Labor, in solicitations and contracts above the micro-purchase threshold, when the contract is to be performed in the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands; unless -- (a) The contract will be subject to 41 U.S.C. chapter 65, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (see subpart 22.6), which contains a separate prohibition against the employment of convict labor; (b) The supplies or services are to be purchased from Federal Prison Industries, Inc. (see Subpart 8.6); or (c) The acquisition involves the purchase, from any State prison, of finished supplies that may be secured in the open market or from existing stocks, as distinguished from supplies requiring special fabrication.
Insert the clause at 52.222-19, Child Labor—Cooperation with Authorities and Remedies, in all solicitations and contracts for the acquisition of supplies that are expected to exceed the micro-purchase thresholds.
(1) Free of expense to the Government delivered, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or “constructive placement” as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including “piggyback”) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for “heavy or bulky freight.” When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarder for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery when required, if transfer to truck is required to complete delivery to consignee.
(a)(1) Use the clause at 252.211-7003, Item Unique Identification and Valuation, in solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items, for supplies, and for services involving the furnishing of supplies, unless the conditions in 211.274-2(b) apply.
Use the provision at 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations, in competitive solicitations for supplies when using FAR part 13 simplified acquisition procedures, including competitive solicitations using FAR part 12 procedures for the acquisition of commercial items and acquisitions valued at less than or equal to $1 million under the authority at FAR subpart 13.5.
Use the basic or the alternate of the clause at 252.225-7001, Buy American and Balance of Payments Program, instead of the clause at FAR 52.225-1, Buy American—Supplies, in solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items,
Use the clause at 252.225-7002, Qualifying Country Sources as Subcontractors, in solicitations and contracts that include the basic or one of the alternates of the following clauses: (i) 252.225-7001, Buy American and Balance of Payments Program. (ii) 252.225-7021, Trade Agreements. (iii) 252.225-7036, Buy American—Free Trade Agreements—Balance of Payments Program.
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 paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (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)
As prescribed in 4.2105(b), the contracting officer shall insert the clause at 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, in all solicitations and contracts.
Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award
Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017
52.204-2 Security Requirements MAR 2021
52.222-22 Previous Contracts And Compliance Reports FEB 1999
52.225-18 Place of Manufacture AUG 2018
252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation MAY 2021
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020
252.239-7098 (Dev) Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites - Representation. (Deviation 2021-O0003) APR 2021
252.246-7003 Notification of Potential Safety Issues JUN 2013
(a) Definitions. As used in this provision, “covered telecommunications equipment or services” and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) 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”. (c) Representations. (1) The Offeror represents that it [ ___ ] does, [ ___ ] 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. (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 any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision)
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).
Buy American--Supplies (JAN 2021) (41 U.S.C. chapter 83).
NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) (a) Definitions. “Basic Assessment”, “Medium Assessment”, and “High Assessment” have the meaning given in the clause 252.204-7020, NIST SP 800-171 DoD Assessments. “Covered contractor information system” has the meaning given in the clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, of this solicitation. (b) Requirement. In order to be considered for award, if the Offeror is required to implement NIST SP 800-171, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html. (c) Procedures. (1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer. (2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto:webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. (d) Summary level scores. Summary level scores for all assessments will be posted 30 days post-assessment in SPRS to provide DoD Components visibility into the summary level scores of strategic assessments. (1) Basic Assessments. An Offeror may follow the procedures in paragraph (c)(2) of this provision for posting Basic Assessments to SPRS. (i) The email shall include the following information: (A) Cybersecurity standard assessed (e.g., NIST SP 800-171 Rev 1). (B) Organization conducting the assessment (e.g., Contractor self-assessment). (C) For each system security plan (security requirement 3.12.4) supporting the performance of a DoD contract— (1) All industry Commercial and Government Entity (CAGE) code(s) associated with the information system(s) addressed by the system security plan; and (2) A brief description of the system security plan architecture, if more than one plan exists. (D) Date the assessment was completed. (E) Summary level score (e.g., 95 out of 110, NOT the individual value for each requirement). (F) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (ii) If multiple system security plans are addressed in the email described at paragraph (d)(1)(i) of this section, the Offeror shall use the following format for the report: System Security Plan CAGE Codes supported by this plan Brief description of the plan architecture Date of assessment Total Score Date score of 110 will achieved (2) Medium and High Assessments. DoD will post the following Medium and/or High Assessment summary level scores to SPRS for each system assessed: (i) The standard assessed (e.g., NIST SP 800-171 Rev 1). (ii) Organization conducting the assessment, e.g., DCMA, or a specific organization (identified by Department of Defense Activity Address Code (DoDAAC)). (iii) All industry CAGE code(s) associated with the information system(s) addressed by the system security plan. (iv) A brief description of the system security plan architecture, if more than one system security plan exists. (v) Date and level of the assessment, i.e., medium or high. (vi) Summary level score (e.g., 105 out of 110, not the individual value assigned for each requirement). (vii) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (3) Accessibility. (i) Assessment summary level scores posted in SPRS are available to DoD personnel, and are protected, in accordance with the standards set forth in DoD Instruction 5000.79, Defense-wide Sharing and Use of Supplier and Product Performance Information (PI). (ii) Authorized representatives of the Offeror for which the assessment was conducted may access SPRS to view their own summary level scores, in accordance with the SPRS Software User’s Guide for Awardees/Contractors available at https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf. (iii) A High NIST SP 800-171 DoD Assessment may result in documentation in addition to that listed in this section. DoD will retain and protect any such documentation as “Controlled Unclassified Information (CUI)” and intended for internal DoD use only. The information will be protected against unauthorized use and release, including through the exercise of applicable exemptions under the Freedom of Information Act (e.g., Exemption 4 covers trade secrets and commercial or financial information obtained from a contractor that is privileged or confidential). (End of provision)