CONTACT INFORMATION|4|APBC.08|LORAINE SMITH|445-737-4000|LORAINE.SMITH@DLA.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|N/A|2:1 COMBO| |SPRPA1| | | | ||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| The purpose of this amendment is as follows: This solicitation is hereby modified in accordance with DoD Class Deviation 2025-O0003, Restoring Merit-Based Opportunity in Federal Contracts, which implements Executive Order (E.O.) 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity, and E.O. 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government and in accordance with Class Deviation 2025-O0004, Revocation of Executive Order on Sustainability which implements section 2(rr) of E.O. 14148, Initial Rescissions of Harmful Executive Orders and Actions, of January 20, 2025 (see 90 FR 8237), which revoked E.O. 14057, Catalyzing Clean Energy Industries and Jobs Through Federal Sustainability, of December 8, 2021. The solicitation is AMENDED as follows: (1.) If included in the solicitation, the following solicitation provisions and contract clauses are hereby DELETED: 52.222-21, Prohibition of Segregated Facilities. 52.222-22, Previous Contracts and Compliance Reports. 52.222-23, Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity for Construction. 52.222-24, Preaward On-Site Equal Opportunity Compliance Evaluation. 52.222-25, Affirmative Action Compliance. 52.222-26, Equal Opportunity. 52.222-26 Equal Opportunity - ALT I. 52.222-27, Affirmative Action Compliance Requirements for Construction. 52.222-29, Notification of Visa Denial. 52.223-19, Compliance with Environmental Management Systems. 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. (2.) If included in the solicitation, the following contract clauses are hereby REVISED as follows: 52.222-9, Apprentices and Trainees (Deviation 2025-O0003), in lieu of 52.229-9. 52.244-6, Subcontracts for Commercial Products and Commercial Services (Deviation 2025-O0003), in lieu of 52.244-6. 52.223-10, Waste Reduction Program (Deviation 2025-O0004), in lieu of 52.223-10. 52.223-23, Sustainable Products and Services (Deviation 2025-O0004), in lieu of 52.223-23. 52.212-3, Offeror Representations and Certifications---Commercial Products and Commercial Services (Deviation 2025-O00004), in lieu of 52.212-3. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Products and Commercial Services (Deviation 2025-O0004), in lieu of 52.212-5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Products and Commercial Services - ALT II (Deviation 2025-O0003), in lieu of 52.212-5. 52.213-4, Terms and Conditions---Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (Deviation 2025-O0004), in lieu of 52.212-4. ALL OTHER TERMS & CONDITIONS IN THE SOLICITATION REMAIN UNCHANGED. \ This requirement is being solicited under Emergency Acquisition Flexibilities (EAF) (FAR 5.202(a)(2) THE FOLLOWING IS INCORPORATED INTO SECTION M OF THIS SOLICITATION: Award will be made to the approved source that has the lowest priced, technically acceptable (LPTA) proposal; Past performance must be at an acceptable level, as documented in SPRS/FAPIIS. Offerors are advised that offers received from sources which are not government-approved sources of supply, for this part(s) will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved source(s) MUST submit a copy of their authorized distributor letter, on the source's letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. Failure to provide the approved distributor letter will deem the proposal non-responsive and technically unacceptable and ineligible for award. The subject item requires Government source approval prior to contract award,as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition.Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, theinformation detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS)Source Approval Information Brochures listed below. Spares: www.neco.navy.mil/sar.aspx Repair: www.neco.navy.mil/sarr.aspx These brochures identify the technical data required to be submitted based onyour company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your requestfor source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue basedon Fleet support needs. The NAVSUP WSS Commercial Item IdentificationBrochure is now available at: "https://www.neco.navy.mil/cib.aspx".