This is a combined synopsis/solicitation for commercial items 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 Items, which applies to this acquisition.
Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-
22-Q-6506. The North American Industry Classification System (NAICS) code applicable
to this acquisition is 334111, Electronic Computer Manufacturing and the small business
size standard is 1,250 number of employees. This procurement is a Full and Open
competitive requirement. Large and Small business quotes will be accepted.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire CISCO IT Hardware and IT Associated Hardware
Brand Name. 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:
ItemQuantityDescription
00013Cisco Catalyst 9300- Network Advantage Switch 24 ports
Managed Rack- Mountable
MFR: CISCO
P/N: C9300-24P-A
0002350CM Type 1 Stacking Cable
MFR: CISCO
P/N: STACK-T1-50CM
00033Cisco Stack Power Cable
MFR: CISCO
P/N: CAB-SPWR-30CM
00043Cisco DNA Advantage
MFR: CISCO
P/N: C9300-DNA-A-24-3Y
00053Catalyst 9300 Series Network Module
MFR: CISCO
P/N: C9300-NM-8X
00062
Cisco Catalyst 9300 Network Advantage
MFR: CISCO
P/N: C9300-48P-A
00072Cisco Stackwise-480 50CM Stacking Cable
MFR: CISCO
P/N: STACK-T1-50CM
00082Catalyst Stack Power Cable 30CM
MFR: CISCO
P/N: CAB-SPWR-30CM
00092C9300 DNA Advantage, 48-Port, 5 Year
MF: CISCO
P/N: C9300-DNA-A-48-5Y
00102Catalyst C9300
MFR: CISCO
P/N: C9300-NM-8X
001170Mouse in-a-box USB Mouse USM
P/N: K72356US-HIL
001215Cable, Patch, CAT 5E
00136APC SMART UPS
00142Precision 7920 Rack XCTO Base
MFR: DELL
P/N: 759397981
001570IOGEAR 104-Key KYBRID w/Common Access
P/N: GKBSR202TAA
00166Rack XCTO Base, Precision 7920
MFR: DELL
P/N: 759397862
00176Raritan 8-Port KVM Over IP Switch
MFR: RARITAN
P/N: DKX3-808
00187Raritan Dominion KVM Extender
MFR: RARITAN
P/N: D2CIM-DVUSB-DP
00194ACOUSTIQUIET Mini 9U Cabinet
P/N: AQ842042 48U
00205Cable, CAT6 Yellow
P/N: EVNSL0272YL-1000
00215Black Box CAT6 Bulk Cable 1000ft
P/N: EVNSL0272RD-1000
00223 Cable, CAT6 STP Spool
P/N: EVNSL0272BL-1000
00232Server, PowerEdge R750XA
MFR: DELL
P/N: 759410563
002470 Dell ULTRASHARP 27 4K Monitor
MFR: DELL
P/N: 759414612
00255Rack PDU, Basic, IU, 20A, 120V
P/N: AP9563
00263Dell EMC NX3240
MFR: DELL
P/N: 759414187
00271Electronic Waste Recycling Fee (EWR)
Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per
DFARS 252-211-7003, Item Unique Identification & Valuation (MAR 2016). If there is a
cost for the UID Label, please list it as a separate line item (see attached clause).
SEE ATTACHED FAR & DFARS SOLICITATION PROVISIONS that require the Vendor to
complete (see yellow highlighted sections) and submit with your quote for consideration.
Delivery Date: 30-60 Days after receipt of order (ARO)
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
N66001
Naval Information Warfare Center Pacific
Receiving Officer
4297 Pacific Highway, Building OT7
San Diego, CA 92110-5001
Shipping: FOB Destination (Preferred Method)
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this solicitation to
the responsible offer whose quotation conforming to the solicitation and deemed
technically acceptable. 'EVALUATION FACTORS FOR AWARD' Section below. A complete
quote must be received for consideration. 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:
The Government intends to award a Firm Fixed Price 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 must be received for consideration. Respond
to each item 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
include a response and submission to each of the following:
1.General Information: Offeror Business Name, Address, Cage and DUNS
Codes (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, and 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 52.213-1, Alternate I, Offeror Representations and
Certifications Commercial Items, applies to this acquisition. Offeror must include a
completed copy of this provision with offer.
2.Technical Acceptability Documentation:
a.The offer must address and meet the requirements/specifications as defined
under Technical Acceptability in 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 23, sustainable acquisition
policies apply to both contracts for supplies 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.
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 most advantageous
to the Government offeror whose item(s) conform to the requirements listed in the
solicitation, who is registered with Wide Area Work Flow (WAWF) and 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. An offer
will be considered non-responsive if technical acceptability is not met. Technical
Acceptability is defined in Factor I below.
Factor I Technical Acceptability: The Government will evaluate the quote to see if the
following specification requirements are met to include all information required for a
complete quote as defined in paragraph #2 above. Notice: Reseller must be "FEDERAL"
authorized resell partner.
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 or provided as a
separate line as outlined in paragraph #3 above. Notice: Reseller must be "FEDERAL"
authorized resell partner.
Notice: Any offer rated "Unacceptable" under any one of the above factors may be
determined to be ineligible for contract award.
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
registered CAGE and DUNS Codes.
Page Limitations: NONE
Formatting Requirements: Submit quotes in electronic PDF or Word format; and text
shall be formatted on an 8 1 2 by 11inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before Tuesday, 21 September, 2022 at 2:00 PM Pacific Standard Time. Questions must
be uploaded on the NAVWAR e-Commerce website at: at https://e-
commerce.sscno.nmci.navy.mil, under NIWC Pacific /Simplified Acquisition/N66001-22-Q-
6506. Include RFQ# N66001-22-Q-6506 on all inquiries. Questions may be addressed
at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on Tuesday, 21
September, 2022 at 2:00 PM Pacific Standard Time. Quotes must be uploaded on the
NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified Acquisitions/N66001-22-Q-6506. 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
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.
Government RFQ Point of Contract: The point of contact for this solicitation is Cynthia
Horriat at cynthia.m.horriat.civ@us.navy.mil. Reference RFQ # N66001-22-Q-6506 on
all email exchanges regarding this acquisition.
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal
Acquisition Circular (FAC) 2022-05 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20220428. 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 for Award Management (Oct 2018)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
52.204-17, Ownership or Control of Offeror (Jul 2016)
52.204-20, Predecessor of Offeror (Jul 2016)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.204-24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (Dec 2019)
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Serves or Equipment (Aug 2019)
52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec
2019)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-
Representation (Nov 2015)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law (Feb 2016)
52.212-1, Instructions to Offerors Commercial Items (Jan 2018) (Deviation 2018-
O00018), applies to this acquisition. The following addendum replaces the text of this
provision in its entirety:
(a) North American Industry Classification System (NAICS) code and small business size
standard. The NAICS
code and small business size standard for this acquisition appear in the first paragraph of
this combined
synopsis/solicitation. However, the small business size standard for a concern which
submits a quotation in its own name, but which proposes to furnish an item which it did
not itself manufacture, is 500 employees.
(b) Submission of quotations. Submit quotations to the office specified in this solicitation
at or before the exact time specified in this solicitation. Quotations may be submitted as
specified in the solicitation. As a minimum, quotations
must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of quotations;
(3) The name, address, Cage Code and telephone number of the offeror (ensure
Representation and Certifications are up to date in SAM.gov)
(4) A technical description of the items being quoted in sufficient detail to evaluate
compliance with the
requirements in the solicitation. This may include product literature, or other documents,
if necessary;
(5) Counterfeit IT Certification. By submission of a quote, the quoter certifies that the
product(s) being offered 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 quoter further certifies that it
is authorized by the manufacturer to sell the product(s).
(6) Terms of any express 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;
(7) Price and any discount terms. The quote shall provide pricing for each individual item
listed 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.)
(8) "Remit to" address, if different than mailing address;
(9) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR
52.212-3(b) for those representations and certifications that the quoter shall complete
electronically);
(10) Acknowledgment of Solicitation Amendments, if applicable; 11) Past performance
information, when included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including contract numbers,
points of contact with telephone
numbers and other relevant information); and
(12) If you do not submit your quotation on the SF 1449, include a statement specifying
the extent of agreement with all terms, conditions, and provisions included in the
solicitation. Quotations that fail to furnish required representations or information, or
reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Reserved.
(d) Product samples. When required by the solicitation, product samples shall be
submitted at or prior to the time specified for receipt of quotations. Unless otherwise
specified in this solicitation, these samples shall be submitted at no expense to the
Government, and returned at the sender's request and expense, unless they are
destroyed during testing.
(e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting
alternative terms and
conditions or commercial items for satisfying the requirements of this solicitation. Each
quotation submitted will be evaluated separately.
(f) Late submissions.
(1) Quoters are responsible for submitting quotations so as to reach the Government
office designated in the solicitation by the time specified in the solicitation. If no time is
specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the
designated Government office on the date that quotations are due.
(2) Any quotation received at the Government office designated in the solicitation after
the exact time specified for receipt of quotations is late and will not be considered unless
it is received before purchase order issuance and the Contracting Officer determines that
accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so
that quotations cannot be received at the Government office designated for receipt of
quotations by the exact time specified in the solicitation,
and urgent Government requirements preclude amendment of the solicitation or other
notice of an extension of the closing date, the time specified for receipt of quotations will
be deemed to be extended to the same time of day specified in the solicitation on the
first work day on which normal Government processes resume.
(g) Issuance of purchase order. Quotations should contain the quoter's best technical and
price terms. The Contracting Officer may reject any or all quotations. The Contracting
Officer may issue a purchase order to other than the quoter with the lowest priced
quotation. After the evaluation of quotations, the Contracting Officer may negotiate final
terms with one or more quoters of the Government's choice before issuing any purchase
order. The Contracting Officer will not negotiate with any quoters other than those of the
Government's choice and will not use the formal source selection procedures described in
FAR part 15.
(h) Multiple purchase orders. The Government may issue a purchase order for any item
or group of items of a quotation, unless the quoter qualifies the quotation by specific
limitations. Unless otherwise provided in the Schedule, quotations may not be submitted
for quantities less than those specified. The Government reserves the right to issue a
purchase order for a quantity less than the quantity quoted, at the unit prices quoted,
unless the quoter specifies otherwise in the quotation.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item
Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial
item descriptions cited in this solicitation may be obtained for a fee by submitting a
request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of
Veterans Affairs issued this solicitation, a single copy of specifications, standards, and
commercial item descriptions cited in this solicitation may be obtained free of charge by
submitting a request to the addressee in paragraph (i)(1)(i) of this provision.
Additional copies will be issued for a fee
(2) Most unclassified Defense specifications and standards from the following ASSIST
websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of
Defense Single Stock Point (DoDSSP) by-
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600
EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA
19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization
responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations
exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the
Contractor to be registered in the System for Award Management (SAM) database.) The
quoter shall enter, in the block with its name and address on the cover page of its
quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4
number that identifies the quoter's name and address. The DUNS+4 is the DUNS number
plus a 4-character suffix that may be assigned at the discretion of the quoter to establish
additional SAM records for identifying alternative Electronic Funds Transfer (EFT)
accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a
DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter
within the United States may contact Dun and Bradstreet by calling
1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located
outside the United States must contact the local Dun and Bradstreet office for a DUNS
number. The quoter should indicate that it is a quoter for a Government contract when
contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this
solicitation, by submission of a quotation, the quoter acknowledges the requirement that
a prospective contractor shall be registered in the SAM database prior to purchase order
issuance, during performance and through final payment of any contract resulting from
this solicitation. If the quoter does not become registered in the SAM database in the
time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue
the purchase order to the next otherwise successful registered quoter. Quoters may
obtain information on registration and annual confirmation requirements via the SAM
database accessed through https://www.acquisition.gov.
(l) Requests for information. The contracting officer will not notify unsuccessful quoters
that responded to this solicitation. Quoters may request information on purchase order(s)
resulting from this solicitation from the contracting officer.
(m) 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, we will make their full text available. The listed
provisions may include blocks that you must complete and submit with your quotation. In
lieu of submitting the full text of those provisions, you may identify the provision by
paragraph identifier and provide the appropriate information with your quotation. Also,
you may access the full text of a solicitation provision electronically at this/these address
(es):
Federal Acquisition Regulation: www.acquisition.gov
Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/
DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html
(n) Authorized Deviations in Provisions.
(1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1)
provision with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
provision.
(2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement
(48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition
of "(DEVIATION)" after the name of the regulation.
(End of addendum)
52.212-3, and Alt I, Offeror Representations and Certifications Commercial Items (Dec
2019);
52.219-1, and Alt I, Small Business Program Representations (Oct 2014)
52.222-22, Previous Contracts and Compliance Reports (Feb 1999)
52.222-25, Affirmative Action Compliance (Apr 1984)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-
Representation (Dec 2016)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran Representation and Certifications (Oct 2015);
52.252-5, Authorized Deviations in Provisions (Apr 1984)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov
2011)
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information
Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun 2015)
252.217-7026, Identification of Sources of Supply (Nov 1995)
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992)
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes the
following clauses by reference:
52.219-28, Post-Award Small Business Program Representation (Jul 2013);
52.222-3, Convict Labor (Jun 2003);
52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016);
52.222-21, Prohibition of Segregated Facilities (Apr 2015);
52.222-26, Equal Opportunity (Sep 2016);
52.222-50, Combating Trafficking in Persons (Mar 2015);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug
2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and
52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul
2013)
The following FAR and DFARS clauses, incorporated by reference, apply to this
acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017);
52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive
Orders -- Commercial Items applies to acquisition and includes:
52.232-25, Prompt Payment (Jul 2013);
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-1, Disputes (May 2014);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34, F.O.B. Destination (Nov 1991);
52.252-2, Clauses Incorporated by Reference (Feb 1998);
52.252-6, Authorized Deviations in Clauses (Apr 1984);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7004, Level I Antiterrorism Awareness Training for Contractors (Feb 2019)
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016);
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May
2016)
251.204-7016 Covered Defense Telecommunications Equipment or Services-
Representation (Dec 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services Representation (Dec 2019)
252.223-7008, Prohibition of Hexavalent Chromium (May 2011);
252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016)
252.225-7048, Export-Controlled Items (Jun 2013);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.243-7001, Pricing of Contract Modifications (Dec 1991);
252.244-7000, Subcontracts for Commercial Items (Jun 2013);