Enclosure 1
Combined Synopsis/Solicitation Template
This is a combined synopsis/solicitation for commercial products and commercial services
prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart
12.6, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotes are being requested and a
separate written solicitation will not be issued. This enclosure is an addendum to FAR
provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial
Services, which applies to this acquisition.
Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-
25-Q-6176. The North American Industry Classification System (NAICS) code applicable
to this acquisition is 561621, Security Systems Services (except locksmiths) and the
small business size standard is $25 million. This procurement is a Total Small Business
Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the
Government. Any quote that is submitted by a non-Small Business Concern will not be
considered for award.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire brand name supplies and install them into a facility
located at Joint Base Pear Harbor-Hickam, Hawaii (JBPHH). To be considered acceptable
and eligible for award, quotes must provide all of the items and quantities listed below.
The Government will not consider quotes or offers for partial items or quantities.
Anticipated contract line items are as follows, see Attachments (04) for an excel version
of the following item list:
ITEM NO.DESCRIPTIONQUANTITYUNIT OF ISSUE
LIMATERIALSDESCRIPTIONMANUFACTURERPART NUMBERQTYUOM
1TROVE ENCLOSUREAltronix 4-door kitAltronixT1RM3F4V1EA
2Intelligent Dual Reader ControllerIntelligent Dual Reader Controller – powered
by 12 or 24 VDC @ 500mA (w/o Rdr)
LENELLNL-X22201EA
3Input Control ModuleInput Control Module (Series three) –12/24 VDC, 16 zone
input monitor module, (32) 1K
resistors (with 2 programmable output relays) , RoHS, CE, C-Tick and UL294 certified
LENELLNL-1100-S31EA
4MEDIA CONVERTERFIBER TO ETHERNET CONVERTERALLIED TELESISAT-
MMC2000/SP-9602EA
5INTERFACE UNIT, COMMCISCO - SFP (MINI-GBIC) TRANSCEIVER MODULE,
1000BASE-LX/LH long-wavelength; with DOMCISCOGLC-LH-SMD++=2
EA
6SWITCHHusk-20 , HOLD UP KEY RESETTABLE SWITCHPOTTERHUSK-203
EA
7CABLE 16/2 500'4 Conductor 16 AWG, BC, O/A Foil, CMP, 500'GENISIS
322150121BX
8Installation and LaborServiceSee Attachment (x) PWSN/a1Lot
The expected Period of Performance for this effort is: Date of award (Anticipated date 14
May 2025) to 15 September 2025. The anticipated place of performance for the effort is
Joint Base Pear Harbor-Hickam, Pearl Harbor, Hawaii. Exact building/room number will be
provided at time of award. The Government is seeking Free on Board (FOB) Destination
pricing to the following shipping address: Hawaii, 96782.
OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price (FFP) contract resulting from this
solicitation to the responsible offeror whose quotation conforming to the solicitation
represents the Lowest Price Technically Acceptable (LPTA) offer as defined in
the "EVALUATION FACTORS FOR AWARD" Section below. A complete quote is necessary
to be adequately considered for award. Respond to each item listed below, if the
response is "None" or "Not applicable," explicitly state and explain. The Government may
consider quotes that fail to address or follow all instructions to be non-responsive and
ineligible for contract award. A complete quote includes a response and submission to
each of the following:
1.General Information: Offeror Business Name, Address, CAGE and Unique Entity ID
(ensure Representation and Certifications are up to date in SAM.gov), Business Size and
Type of Small Business based on applicable NAICS Code as provided above, Federal Tax
ID, Primary Point of Contract (to include telephone and e-mail address) and provide a
GSA contract number if some or all items proposed are on the GSA schedule. FAR
provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial
Products and Commercial Services, applies to this acquisition. Offerors must include a
completed copy of this provision with offer.
2.Technical Documentation:
a.Technical Approach or Specifications: Offerors are encouraged to submit product
manufacturer specifications, pictures, brochures, or and other pertinent technical
information of the quoted brand name supplies to facilitate the evaluation. The quote
must address and meet the requirements/specifications as defined under Technical
Factor I below.
b.Sustainable Acquisitions Information and Certification: The contractor shall comply
with all sustainable acquisition policies in an effort to minimize the Government's
environmental impact and deliver community benefits through better selection and
improved usage of products and services. In accordance FAR Part 23, sustainable
acquisition policies apply to both contracts for products and services that require the
delivery, use, or furnishing of products/services to the Government. Indicate if any the
following sustainable acquisition categories apply to any products or services proposed:
Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-
ozone depleting substances, Less Toxic and/or Less GHGs.
c.Authorized Source Confirmation:
The following product certification statement below applies to all line items and each
offeror must submit supporting documentation, as needed:
To be considered for award, the offeror/contractor is required to submit documentation
confirming that they are an authorized source. An "Authorized Source" is defined as the
original manufacturer, a source with the express written authority of the original
manufacturer or current design activity, or an authorized aftermarket manufacturer.
d.Counterfeit Information Technology (IT) Certification:
The following IT related statement applies to all line items and each offeror must
explicitly confirm and submit supporting documentation, as needed:
The offeror certifies that the product(s) being delivered are new and in their original
packaging. The subject product(s) are eligible for all manufacturer warranties and other
ancillary services or options provided by the original manufacturers, authorized suppliers,
or suppliers that obtain parts from the manufacturer or its authorized supplier.
The offeror further certifies that it is authorized by the manufacturer to sell the product
(s). The offeror is required to submit documentation identifying its supply chain for the
product(s). Within the aforementioned documentation, the offeror shall also identify the
country of manufacture and indicate one of the following, if applicable:
•Manufacturing occurs in the U.S., but more than 50% of the cost of components is
from foreign/nonqualifying country content
•Originally foreign manufactured products substantially transformed in the United
States or a designated country
The offeror assumes responsibility for authenticity. Costs of counterfeit parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a full or partial termination for
default/cause for non-compliant awarded items may occur if any of the products provided
are not recognized or acknowledged by the manufacturer as new products eligible for
warranties and all other ancillary services or options provided by the manufacturer, or
the offeror was not authorized by the manufacturer to sell the product in the U.S.
3.Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the
extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB
Destination shipping costs are included in the pricing.
4.Commercial Warranty: If available, provide the terms and length of the
Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed
included in the proposed purchase price.
EVALUATION FACTORS FOR AWARD:
Basis for Award: The Government intends to award a contract to the lowest priced,
technically acceptable offeror, who is registered in the System for Award Management
(SAM); however, the Government reserves the right to award no contract at all,
depending on the quality of quotes submitted and availability of funds. A quote will be
considered non-responsive if technical acceptability is not met. Technical Acceptability is
defined in Factor I below.
Factor I – Technical: The Government will evaluate the quote and verify if the following
specification requirements are met to include all information required for a complete
quote as defined in paragraph 2 above:
The Government will evaluate the quote and verify specification requirements are met
and perform an item risk assessment to determine technical acceptability.
This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items
Peculiar to One Manufacturer. To be considered for award, the offeror is required to
certify that the product being offered is an original, new, and Trade Agreements Act
(TAA) compliant (reference 2(c) above) Lenel, Altronix, Cisco, Genisis, Allied Telesis, and
Potter product. The Government will only accept the required brand name product as
specified in Attachment (04).
Factor II – Price: The Government will evaluate the total price and perform a price risk
assessment to determine fair and reasonableness. The price quote shall include a unit
price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price
shall include all applicable taxes, shipping, and handling costs to the shipping address
listed above as outlined in paragraph 3 above.
The Government will evaluate the total price and perform a price risk assessment to
determine fair and reasonableness.
Factor III – Past Performance: The Government will evaluate past performance,
beginning with the lowest priced quote, by reviewing sources that may include, but are
not limited to, information from Government personnel and information from sources
such as the offeror's Responsibility/Qualification (R/Q) documentation in System for
Award Management (SAM). The Government will consider supplier risk to assess the risk
of unsuccessful performance and supply chain risk using the past performance data in
the Supplier Performance Risk System (SPRS) to include quality, delivery, and other
contractor performance information.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors must have a completed registration in the System for
Award Management (SAM) website prior to award of contract. Information can be found
at https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered CAGE and Unique Entity ID.
Page Limitations: Ensure to stay within the page limitations as follows: None
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text
shall be formatted on an 8 ½ by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before 28 April 2025 by 10:00AM Pacific Time. Questions must be uploaded on the
NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC
Pacific/Simplified Acquisitions/N66001-25-Q-6176. Include RFQ# N66001-25-Q-6176on
all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 28 April 2025 by
12:00PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website
at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/
N66001-25-Q-6176. E-mail quotes or offers will not be accepted and late quotes will not
be accepted.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the
NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil.
Government RFQ Point of Contract: The point of contact for this solicitation is Name of
Contract Specialist at martin.d.mejia.civ@us.navy.mil. Reference RFQ# N66001-25-Q-
6176 on all email exchanges regarding this acquisition.
RFQ ATTACHMENTS
1.C1.5 Attachment (00) RFQ FINAL
2.C1.5 Attachment (01) FAR & DFARS Reps And Certs
3.C1.5 Attachment (02) PWS
4.C1.5 Attachment (03) PWS NIWC Textbook
5.C1.5 Attachment (04) Product Specifications
6.C1.5 Attachment (05) REDACTED JNCP
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal
Acquisition Circular (FAC) 2025-03 dated 17 January 2025 and Defense Federal
Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20250117 dated 17
January 2025. It is the responsibility of the contractor to be familiar with the applicable
clauses and provisions. The clauses can be accessed in full text at
https://www.acquisition.gov/content/regulations.
The following FAR and DFARS Provisions, (as of the date of the RFQ) incorporated by
reference, apply to this acquisition:
52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment;
52.204-26, Covered Telecommunications Equipment or Services-Representation;
52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and
Disclosures;
52.212-1, Instructions to Offerors—Commercial Products and Commercial Services;
52.212-3, Offeror Representations and Certifications—Commercial Products and
Commercial Services;
252.203-7005, Representation Relating to Compensation of Former DoD Officials;
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;
252.204-7016, Covered Defense Telecommunications Equipment or
Services—Representation;
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services—Representation;
252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements;
252.204-7024, Notice on the Use of the Supplier Performance Risk System;
252.225-7000, Buy American—Balance of Payments Program Certificate;
252.225-7055, Representation Regarding Business Operations with the Maduro Regime;
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur
Autonomous Region–Representation; and
252.239-7017, Notice of Supply Chain Risk.
FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or
Executive Orders—Commercial Products and Commercial Services (as of the date of the
RFQ) applies to this acquisition and includes the following clauses by reference:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;
52.204-27, Prohibition on a ByteDance Covered Application;
52.204-30, Federal Acquisition Supply Chain Security Act Orders--Prohibition;
52.219-6, Notice of Total Small Business Set-Aside;
52.219-28, Post-Award Small Business Program Representation;
52.222-3, Convict Labor;
52.222-19, Child Labor--Cooperation with Authorities and Remedies;
52.222-36, Equal Opportunity for Workers with Disabilities;
52.222-50, Combating Trafficking in Persons;
52.223-23 Sustainable Products and Services (DEVIATION 2025-O0004);
52.225-1, Buy American - Supplies
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY
2024);
52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT
2018);
52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by
American Security Drone Act--Covered Foreign Entities (Nov 2024);
52.222-41, Service Contract Labor Standards (AUG 2018); and
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014).
52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026
52.222-62, Paid Sick Leave Under Executive Order 13706
The following FAR and DFARS Clauses (as of the date of the RFQ), incorporated by
reference, apply to this acquisition:
52.204-13, System for Award Management Maintenance;
52.204-18, Commercial and Government Entity Code Maintenance;
52.212-4, Contract Terms and Conditions—Commercial Products and Commercial
Services;
52.232-39, Unenforceability of Unauthorized Obligations;
252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
252.203-7002, Requirement to Inform Employees of Whistleblower Rights;
252.204-7004, Antiterrorism Awareness Training for Contractors;
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
(DEVIATION 2024-O0013 REVISION 1);
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services;
252.204-7020, NIST SP 800-171DoD Assessment Requirements;
252.204-7022, Expediting Contract Closeout;
252.223-7008, Prohibition of Hexavalent Chromium;
252.225-7001, Buy American and Balance of Payments Program;
252.225-7012, Preference for Certain Domestic Commodities;
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime;
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur
Autonomous Region;
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;
252.232-7006, Wide Area WorkFlow Payment Instructions;
252.232-7010, Levies on Contract Payments;
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel;
252.239-7018, Supply Chain Risk;
252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV
2023);
252.246-7008, Sources of Electronic Parts; and
252.247-7023, Transportation of Supplies by Sea.
The following FAR and DFARS Provisions and Clauses (as of the date of the RFQ),
incorporated by full text, apply to this acquisition:
52.252-2 CLAUSES INCORPORATED BY REFERENCE
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):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).
(End of clause)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES
(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 Defense 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)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION
(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 No. Item description
------------------------------------------------------------------------
N/A
------------------------------------------------------------------------
(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 No. Item description
------------------------------------------------------------------------
N/A
------------------------------------------------------------------------
(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 paragraphs (c)(1)(i), (ii), (iii), or
(iv) of this clause 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 unique item
identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part
of, or associated with, 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 items 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 items.
(End of clause)
B-240-PAC001 COUNTERFEIT OR GREY MARKET INFORMATION TECHNOLOGY PRODUCTS
(NIWC PAC) (FEB 2025)
The statement below applies to ALL CLIN(s)
The contractor certifies that the product(s) being delivered are new and in their original
packaging. The subject product(s) are eligible for all manufacturer warranties and other
ancillary services or options provided by the original manufacturers, authorized suppliers,
or suppliers that obtain parts from the manufacturer or its authorized supplier.
The contractor further certifies that it is authorized by the manufacturer to sell the
product(s) and that it has provided documentation identifying its supply chain for the
product(s) as required in the solicitation provisions. The contractor certifies that it
accurately identified the country of manufacture in its proposal/quote and that the
information provided remains the same.
The contractor assumes responsibility for authenticity. Costs of counterfeit parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By entering into this contract, the contractor acknowledges that a full or partial
termination for default/cause for non-compliant awarded items may occur if any of the
products provided are not recognized or acknowledged by the manufacturer as new
products eligible for warranties and all other ancillary services or options provided by the
manufacturer, or the offeror was not authorized by the manufacturer to sell the product
in the U.S.
(End of text)