CONTACT INFORMATION|4|APBC.08|LORAINE SMITH, CONTRACT OFFICER |445-737-4000|LORAINE.SMITH@DLA.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||PD PFRT4441436011 --- THERESA.A.BICKEL.CIV@US.NAVY.MIL & MICHAEL.E.GALANEK.CIV@US.NAVY.MIL PD PJAG5440371526, CODE 52214.01 JORGE.L.BURGOS14.CIV.US.NAVY.MIL & CODE N52214.14 JOSEPH.MARAKOWSKI.C IV@US.NAVY.MIL | 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|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|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 (JAN 2025)|12|334511|1350||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|n/a| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| The purpose of this amendment is as follows: This solicitation is hereby modified in accordance with DoD Class Deviation2025-O0003, Restoring Merit-Based Opportunity in FederalContracts, which implements Executive Order (E.O.) 14173, Ending IllegalDiscrimination and Restoring Merit-Based Opportunity, and E.O. 14168, DefendingWomen from Gender Ideology Extremism and Restoring Biological Truth to theFederal 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, ofJanuary 20, 2025 (see 90 FR 8237), which revoked E.O. 14057, Catalyzing CleanEnergy 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 andcontract 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 EqualEmployment 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 herebyrevised as follows: 52.222-9, Apprentices and Trainees (Deviation 2025-O0003), in lieu of52.229-9. 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 of52.223-10. 52.223-23, Sustainable Products and Services (Deviation 2025-O0004),in lieu of 52.223-23. 52.204-8, Annual Representations and Certifications (Deviation 2025- O0004), inlieu of 52.204-8. \ These requirements are being solicited under EAF, Emergency Acquisition Flexibilities This Solicitation is being issued under Emergency Acquisition Flexibilities (EA 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 and technically unacceptable and ineligible for award. \