COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|AS/EN/JISQ 9100 or equivalent||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|X|TAC: P687|POC: aubree.l.brown4.civ@us.navy.mil| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)|Invoice 2 in 1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|TBD||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16| |||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334412|500||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| This Solicitation is being issued under EAF Authority formally known as SEPA. Can only be procured only from suppliers who provide FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form8130-3 Airworthy Approval Tag. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.?-9004, Product Verification Testing, isincorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, isincorporated by reference. Drawings are not available for this Request For Quote. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved sources MUST submit a copy of their authorized distributor letter, on the source letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable. Offers for such are ineligible for award. NAVSUP WSS Code N2 has determined that the requirementsat DFARS 211.274 which mandates the use of DFARS clause 252.211-7003 "Item Unique Identification and Valuation" in all solicitations and contracts, be deleted from all non-CLSSA FMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, are not covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), these same assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 saysays IUID "is a system of marking, valuing and tracking items delivered to DoD." These spares are non-CLSSA FMS assets and will never be delivered toDoD. The assets are delivered to a domestic U.S. freight forwarder who is under contract by the FMS customer to ship the assets to the country of record. The FMS customer countries retain ownership of their parts throughoutthe asset's lifecycle. These parts will never be owned by the U.S. Government, and will never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assetsto be specially marked for tracking by DoD. \