ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|CLIN 0001AA|1 EACH||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|AS/EN/JISQ 9100 or equivalent|||||
FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|X|TAC: P063, Case: NO-P-JAZ|N52214.13|
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)|Invoice 2in1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|N/A|N/A|N/A|N/A||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT|||||
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 (JAN 2025)|12|332919|750|||||||||||
FACSIMILE PROPOSALS (OCT 1997)|1|IN LIEU OF FAX, EMAIL ELECTRONIC VERSION TO SAMUEL.EVERETT@DLA.MIL |
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|F6|X|
Can only be procured only from suppliers who provide FAA-Certified
parts which possess a FAA Authorized Release Certificate, FAA Form
8130-3 Airworthy Approval Tag.
This Solicitation is being issued under EAF Authority formally known as SEPA.
For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of
Critical Safety Items, is incorporated by reference.
For items for which Government inspection and acceptance will be conducted at
the source, DLAD clause 52.?-9004, Product Verification Testing, is
incorporated 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, is
incorporated 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 requirements
at 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 says 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 to
DoD. 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 throughout
the 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 assets
to be specially marked for tracking by DoD.
\