Description
CONTACT INFORMATION|4|APBC.08|loraine.smith@dla.mil|445-737-4000|loraine.smith@dla.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||tbd| 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|| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|| EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days|45 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| This Solicitation is being issued under Emergency Acquisition Flexibilities (FAR 5.202(a)(2) CRITICAL APPLICATION ITEM (CAI) NAICS 334511 SMALL BUSINESS SIZE 750 No drawings are available for this Request for Quotation. THE FOLLOWING IS INCORPORATED INTO SECTION M OF THIS SOLICITATION: Past performance must be at an acceptable level as documented in SPRS/FAPIIS. The Government will consider all responsible offerors/quoters for award. The Government will evaluate offerors/quoters based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. 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. \
Classification
Contracting Office
Contacts