Enclosure 1Combined Synopsis/Solicitation TemplateThis 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-6265. The North American Industry Classification System (NAICS) code applicable to this acquisition is 335999, All Other Miscellaneous Electrical Equipment and Component Manufacturing and the small business size standard is 600 employees. 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 REQUIREMENTSThe Government is seeking to acquire commercial off-the-shelf (COTS) Brand Name AND Brand Name or Equal miscellaneous materials and IT equipment. 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. See RFQ Attachment C1.5 ATT (01) ? RFQ Product List for the full list of required Brand Name AND Brand Name or Equal items. The expected delivery date is 45 days after receipt of order (ARO). The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: Pearl City, Hawaii, 96782 (full address will be disclosed at award).OFFEROR INSTRUCTIONSThe Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government 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 other pertinent technical information of the quoted Brand Name or Equal items 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 Governments 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. 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 responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. 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) product. The Government will only accept the required brand name product as specified in Attachment 01.The Brand Name item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an equal product must meet are specified in Attachment 01. Offerors shall provide a quote that identifies the Brand Name items or Equal items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an equal item(s), the equal product(s) must meet the salient physical, functional, and performance characteristic specified in Attachment 01. To propose an equal item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the equal item, the make/model/part number of the equal item and a website link to the descriptive literature which demonstrates the equal item meets, at a minimum, the salient characteristics provided in Attachment 01.Factor II ? Price: The Government will evaluate the total price to determine if it is fair and reasonable. 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 offerors 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: N/A Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 26 June 2025 at 17:00 PM, Pacific Time. Questions must be submitted via email to the Government RFQ Point of Contact listed below. Include RFQ# N66001-25-Q-6265 on all inquiries. Questions may be addressed at the discretion of the Government Due Date and Submission Requirements: This RFQ closes on 27 June 2025 at 14:00 PM, Pacific Time. Quotes must be submitted via the Solicitation Module within the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil, under Notice ID N66001-25-Q-6265. E-mail quotes or offers will not be accepted and late quotes will not be accepted. PIEE Assistance: For PIEE technical issues, see the Vendor Customer Support resources at https://cac.piee.eb.mil/xhtml/auth/web/homepage/vendorCustomerSupport.xhtml. Government RFQ Point of Contact: The point of contact for this solicitation is Name of Stephen ONeill at stephen.a.oneill8.civ@us.navy.mil. Reference RFQ# N66001-25-Q-6265 on all email exchanges regarding this acquisition.RFQ ATTACHMENTS1. C1.5 ATT (00) ? RFQ N66001-25-Q-62652. C1.5 ATT (01) ? RFQ Product List3. C1.5 ATT (02) ? FAR and DFARS Reps and Certs (For Completion)APPLICABLE PROVISIONS AND CLAUSESThis solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04 dated 11 June 2025 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20250117. 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, incorporated by reference, apply to this acquisition:52.204-7, System of 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;52.211-6, Brand Name or Equal;52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals?Representation; 252.203-7005, Representation Relating to Compensation of Former DoD Officials;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;252.204-7024, 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; and252.239-7017, 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 (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025) 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;52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;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;52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving;52.232-33, Payment by Electronic Funds Transfer?System for Award Management; and52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act--Covered Foreign Entities.The following FAR and DFARS Clauses, incorporated by reference, as of the date of this RFQ apply to this acquisition:52.204-13, System for Award Management Maintenance;52.204-18, Commercial and Government Entity Code; 52.212-4, Contract Terms and Conditions?Commercial Items; 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; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service;252.204-7022, Expediting Contract Closeout;252.211-7008, Use of Government Assigned Serial Numbers; 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;252.239-7018, Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7008, Source of Electronic Parts; and252.247-7023, Transportation of Supplies by Sea ? Basic; The following FAR and DFARS Provisions and Clauses (as of the date of the RFQ) incorporated by full text, apply to this acquisition: 52.252-1 , SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 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):https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)(End of provision)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.Governments 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 Contractors 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 Contractors 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 Governments 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 Governments 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) Governments 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 item(s) 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 products or commercial services.(End of clause)B-240-PAC001 COUNTERFEIT OR GREY MARKET INFORMATION TECHNOLOGY PRODUCTS (NIWC PAC) (FEB 2025)The statement below applies to ALL CLINS. 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)H-209-PAC001 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (NIWC PAC) (FEB 2025)(a) Definition.Confidential Business Information, (information) as used in this text, is defined as all forms and types of financial, business, economic or other types of information other than technical data or computer software/computer software documentation, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep and protect such information, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Information does not include technical data, as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include computer software/computer software documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4).(b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed by NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its information, but only for purposes as described in paragraph (c) of this text.(c) Circumstances where NAVWAR may release the contractors or subcontractors information include the following:(1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in handling and processing information and documents in the administration of NAVWAR contracts, such as file room management and contract closeout; and,(2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in accounting support services, including access to cost-reimbursement vouchers.(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. NAVWAR will permit the limited release of information under paragraphs (c)(1) and (c)(2) only under the following conditions:(1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2);(2) Access to information is restricted to individuals with a bona fide need to possess;(3) Contractors and their subcontractors having access to information have agreed under their contract or a separate corporate non-disclosure agreement to provide the same level of protection to the information that would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement shall require the contractors and subcontractors to train their employees on how to properly handle the information to which they will have access, and to have their employees sign company non-disclosure agreements certifying that they understand the sensitive nature of the information and that unauthorized use of the information could expose their company to significant liability. Copies of such employee non-disclosure agreements shall be provided to the Government; and(4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2).(e) NAVWARs responsibilities under the Freedom of Information Act are not affected by this text.(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that requires the furnishing of information.