Amend 0002
Purpose of modification is to update Clause 52.204-25 to current version Aug2020.
Amend 0001
Extend solicitation to get quotes entered to Ecommerce to 8/13/20. Vendor request
------------------
N66001-20-Q-6763 Combined Synopsis/Solicitation
1. 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 â Commercial Items, which applies to this acquisition. This
acquisition is being conducted under the procedures of FAR Subpart 13.5.
2. Competitive quotes are being requested under Request for Quote (RFQ)
Number N66001-20-Q-6763. The North American Industry Classification System (NAICS)
code applicable to this acquisition is 611430, Professional and Management Development
Training and the small business size standard is $12 million. This procurement is a 100%
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
3. The Government is seeking to acquire MBSE Magicdraw Trainingâ Service.
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:
Line Description
Qty
Proposed Schedule Date
0001 MBSE MAGIC DRAW Training on NWA
5 Days - 6 Students - MBSE Virtual Training Services Are
Taught By A Live Expert MBSE Instructor and Delivered Via Premium Webconference +
Videoconference Online Training Facilities. 1 21Sep 20-25Sep20
0002 MBSE Magic Draw Training On WBS
5 Days - 6 Students - MBSE Virtual Training Services Are
Taught By A Live Expert MBSE Instructor and Delivered Via Premium Webconference +
Videoconference Online Training 1 21Sep 20-25Sep20
The Government is seeking Free on Board (FOB) Destination pricing to the following
shipping address: Virtual Training.
Naval Information Warfare Center Pacific (NIWC Pacific)
B605 Rm 122 San Diego CA 92110
OFFEROR INSTRUCTIONS
4. The Government intends to award a Firm Fixed Price contract resulting from
this solicitation to the responsible offeror whose quotation conforming to the solicitation
represents the most advantageous offer as defined in the '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 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 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, 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 â
Commercial Items, applies to this acquisition. Offerors must include a completed copy of
this provision with offer.
2. Technical Documentation:
a. Technical Approach or Specifications: See above description The offer 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 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 line items 0001 thru 0005 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.]
5. Representation: To be considered for award, offerors are required to submit
the representations at FAR 52.204-24, FAR 52.204-26 (if applicable), DFARS 252.204-
7016, and DFARS 252.204-7017 (if applicable).
6. The provision at FAR 52.212-1, Instructions to OfferorsâCommercial Items
(Deviation 2018-O0018), applies to this acquisition. The following addendum replaces the
text of this provision in its entirety:
Addendum to FAR 52.212-1
INSTRUCTIONS TO QUOTERSâCOMMERCIAL ITEMS
(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
Block 10 of the solicitation cover sheet (SF 1449). 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. You may submit your quotation
on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a
minimum, your quotation must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of quotations;
(3) The name, address, and telephone number of the quoter;
(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) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) 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);
(9) Acknowledgment of Solicitation Amendments;
(10) 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
(11) 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, you must submit product samples
at or prior to the time specified for receipt of quotations. Unless otherwise specified in
this solicitation, you must submit these samples at no expense to the Government. We
will return product samples at your request and expense, unless they are destroyed
during testing.
(e) Multiple quotations. You are encouraged to submit multiple quotations presenting
alternative terms and conditions or commercial items for satisfying the requirements of
this solicitation. Each quotation that you submit will be evaluated separately.
(f) Submission Deadline.
(1) You are responsible for submitting your quotation to the Government office
designated in the solicitation by the date and time specified in the solicitation
(submission deadline). If we did not specify a time elsewhere in this solicitation, then the
submission deadline is 4:30 p.m., local time, on the date that quotations are due.
(2) We will consider your quotation if we receive it at the Government office designated
in the solicitation by the submission deadline. If we receive your quotation after this
time, we will not consider it unless we receive it before we issue the purchase order and
we determine that considering it would not unduly delay the acquisition.
(3) An emergency or unanticipated event may interrupt our normal processes so that we
cannot receive your quotation prior to the submission deadline. In these circumstances,
the submission deadline is automatically extended to the same time of day specified in
the solicitation on the first work day on which our normal processes resume.
(g) Issuance of purchase order. Your quotation should contain your best technical and
price terms. We may reject any or all quotations. We may issue a purchase order to a
quoter other than the quoter with the lowest priced quotation. We may issue a purchase
order to a vendor who did not submit a quotation in response to this solicitation. After
the evaluation of quotations, we may negotiate final terms with one or more quoters of
our choosing before issuing a purchase order. We will not negotiate with any quoters
other than those of our choosing and we will not use the formal source selection
procedures described in FAR part 15.
(h) Multiple purchase orders. We may issue a purchase order for any item or group of
items in your quotation, unless you qualify the quotation by specific limitations. Unless
otherwise provided in the Schedule, you may not submit a quotation for quantities less
than those specified. We reserve the right to issue a purchase order for a quantity less
than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the
quotation.
(i) Availability of requirements documents cited in the solicitation.
(1) You may obtain 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 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.
(2) You may download 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) You may order documents not available from ASSIST 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) You must obtain nongovernment (voluntary) standards from the
organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations
exceeding the micro-purchase threshold and quotations of any dollar value if the
solicitation requires the Contractor to be registered in the System for Award Management
(SAM) database.) You must enter, in the block with your name and address on the cover
page of your quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or
DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS
number plus a 4-character suffix that you may assign at your discretion to establish
additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts
(see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun
and Bradstreet directly to obtain one. If you are located inside the United States, you
may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at
http://fedgov.dnb.com/webform. If you are outside the United States, you must contact
the local Dun and Bradstreet office for a DUNS number. You should indicate that you are
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 your quotation, you acknowledge the requirement to
register in the SAM database prior to purchase order issuance, during performance, and
through final payment of any contract resulting from this solicitation. If you are not
registered in the SAM database in the time that we prescribe, we will proceed to issue
the purchase order to the next otherwise successful registered quoter. You may obtain
information on registration and annual confirmation requirements via the SAM database
accessed through https://www.acquisition.gov.
(l) Requests for information. We will not notify unsuccessful quoters that responded to
this solicitation. You 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)
EVALUATION FACTORS FOR AWARD:
Basis for Award: The Government intends to award a contract to the to the most
advantageous to the Government 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. An offer
will be considered non-responsive if technical acceptability is not met. Technical
Acceptability is defined in Factor I below.
Factor I â Technical: 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:
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) See above Brand product. The Government will
only accept the required brand name product as specified.
Factor II â 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.
7. Contractors are required to submit the representations at FAR 52.204-24
and FAR 52.204-26 (if applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if
applicable); 252.225-7974 and 252.225-7973. Additionally, the Government requires a
completed copy of the provision at FAR 52.212-3, Offeror Representations and
CertificationsâCommercial Items (Oct 2018)âAlternate I (Oct 2014), to be submitted
with your quotation.
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.
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 Specified due, Pacific Time. Questions must be uploaded on the NAVWAR e-
Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC
Pacific/Simplified Acquisitions Include RFQ# N66001-20-Q-6763 on all inquiries.
Questions may be addressed at the discretion of the Government.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
Government RFQ Point of Contract: The point of contact for this solicitation is Name of
Contract Specialist/Purchasing Agent at
[email protected]. Reference RFQ#
N66001-20-Q-6763 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), 2020-06 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice (DPN) 202005005. 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 provisions are incorporated by reference:
52.204-7 System for Award Management (October 2018)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment (Aug 2020)
52.204-26 Covered Telecommunications Equipment or Services--Representation (Dec
2019)
252.203-7005 Representation Relating to Compensation of Former DoD Officials
(November 2011)
252.204-7016 Covered Defense Telecommunications Equipment or Servicesâ
Representation (Dec 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or ServicesâRepresentation (Dec 2019)
The following provisions are incorporated by full text:
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) (DEVIATION 2020-O0008)
(a) Definition. "Small business concern," as used in this clause, means a concern,
including its affiliates that is independently owned and operated, not dominant in the
field of operation in which it is bidding on Government contracts, and qualified as a small
business under the size standards in this solicitation.
(b) Applicability. This clause applies only toâ
(1) Contracts that have been totally set aside for small business concerns; and
(2) Orders set aside for small business concerns under multiple-award contracts as
described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) General.
(1) Offers are solicited only from small business concerns. Offers received from concerns
that are not small business concerns shall be considered nonresponsive and will be
rejected.
(2) Any award resulting from this solicitation will be made to a small business concern.
(d) Agreement.
(1) For a contract or an order at or below the simplified acquisition threshold, a small
business concern may provide the end item of any firm. For a contract or an order
exceeding the simplified acquisition threshold, a small business concern that provides an
end item it did not manufacture, process, or produce, shallâ
(i) Provide an end item that a small business has manufactured, processed, or
produced in the United States or its outlying areas;
(ii) Be primarily engaged in the retail or wholesale trade and normally sell the
type of item being supplied; and
(iii) Take ownership or possession of the item(s) with its personnel, equipment,
or facilities in a manner consistent with industry practice; for example, providing storage,
transportation, or delivery.
(2) For contracts or orders for multiple end items, at least 50 percent of the total value of
the contract or order shall be manufactured, processed, or produced in the United States
or its outlying areas by small business concerns.
(3) Paragraphs (d)(1) through (2) of this clause do not apply to construction or service
contracts.
252.225-7974 - REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE
MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)
(a) Definitions. As used in this provisionâ
"Agency or instrumentality of the government of Venezuela" means an agency or
instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each
reference in such section to "a foreign state" deemed to be a reference to "Venezuela."
"Business operations" means engaging in commerce in any form, including acquiring,
developing, maintaining, owning, selling, possessing, leasing, or operating equipment,
facilities, personnel, products, services, personal property, real property, or any other
apparatus of business or commerce.
"Government of Venezuela" means the government of any political subdivision of
Venezuela, and any agency or instrumentality of the government of Venezuela.
"Person" meansâ
(1) A natural person, corporation, company, business association, partnership, society,
trust, or any other nongovernmental entity, organization, or group;
(2) Any governmental entity or instrumentality of a government, including a multilateral
development institution (as defined in section 1701(c)(3) of the International Financial
Institutions Act (22 U.S.C. 262r(c)(3)); and
(3) Any successor, subunit, parent entity, or subsidiary of, or any entity under common
ownership or control with, any entity described in paragraphs (1) or (2) of this definition.
(b) Prohibition. In accordance with section 890 of the National Defense Authorization Act
for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering
into a contract for the procurement of products or services with any person that has
business operations with an authority of the government of Venezuela that is not
recognized as the legitimate government of Venezuela by the United States Government,
unless the person has a valid license to operate in Venezuela issued by the Office of
Foreign Assets Control of the Department of the Treasury.
(c) Representation. By submission of its offer, the Offeror represents that the Offerorâ
(1) Does not have any business operations with an authority of the Maduro regime or the
government of Venezuela that is not recognized as the legitimate government of
Venezuela by the United States Government; or
(2) Has a valid license to operate in Venezuela issued by the Office of Foreign Assets
Control of the Department of the Treasury.
(End of provision)
252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED
AIRCRAFT SYSTEMSâREPRESENTATION (MAY 2020) (DEVIATION 2020- O0015)
(a) Prohibition. Section 848 of the National Defense Authorization Act for Fiscal Year
2020 (Pub. L. 116-92) prohibits DoD from using or procuringâ
(1) An unmanned aircraft system (UAS), or any related services or equipment, thatâ
(i) Is manufactured in the People's Republic of China or by an entity domiciled in the
People's Republic of China;
(ii) Uses flight controllers, radios, data transmission devices, cameras, or gimbals
manufactured in the People's Republic of China or by an entity domiciled in the People's
Republic of China;
(iii) Uses a ground control system or operating software developed in the People's
Republic of China or by an entity domiciled in the People's Republic of China; or
(iv) Uses network connectivity or data storage located in, or administered by an entity
domiciled in, the People's Republic of China; or
(2) A system for the detection or identification of a UAS, or any related services or
equipment, that is manufacturedâ
(i) In the People's Republic of China; or
(ii) By an entity domiciled in the People's Republic of China.
(b) Representations. By submission of its offer, the Offeror represents that it will not
provide or useâ
(1) A UAS, as described in paragraph (a)(1) of this provision, in the performance of any
contract, subcontract, or other contractual instrument resulting from this solicitation; and
(2) A system for the detection or identification of a UAS, as described in paragraph (a)(2)
of this provision, in the performance of any contract, subcontract, or other contractual
instrument resulting from this solicitation.
(End of provision)
The following FAR and DFARS clauses, incorporated by reference, apply to this
acquisition:
52.204-13 System for Award Management Maintenance (October 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities (July 2018)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment (Aug 2020)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.212-4 Contract Terms and ConditionsâCommercial Items (Oct 2018)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive
Orders Commercial Items (Mar 2020)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (December
2013)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
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 (Apr 1992)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct
2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
(Dec 19)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May
2016)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services (Dec 2019)
252.223-7008 Prohibition of Hexavalent Chromium (June 2013)
252.225-7048 Export-Controlled Items (Jun 2013)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft
Systems. (DEVIATION 2020-O0015)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec
2018)
252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018)
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 (June 2013)
252.247-7023 Transportation of Supplies by Sea â Basic (Feb 2019)
NOTE: The Government reserves the right to incorporate additional clauses into the
resulting order, as required by law or statute.
Bid Protests Not Available