N00189-17-T-G077

Page 1 of 40

Section SF 1449 - CONTINUATION SHEET

ITEM NO / SUPPLIES/SERVICES / QUANTITY / UNIT / UNIT PRICE / AMOUNT
0001 / 10 / Each
MIXER
FFP
Double-Balanced Mixer 2-18 GHz
MFG Miteq, Inc.
Model DB0218LW2
SPECIFICATIONS
Double - Balanced Mixer
RF - LO Coverage 2 to 18 GHz
IF Operation DC to 750 MHz
LO Power Range plus 7 to plus 13 dBm
Conversion Loss 6.5 dB Typical
Packaging Hermetically Sealed
TO INCLUDE SHIPPING DELIVERY FOB DESTINATION TO GROTON, CT 06349
PAYMENT BY GOVERNMENT PURCHASE CARD AND WAWF REPORTING.
FOB: Destination
MILSTRIP: N429157023FG05
PURCHASE REQUEST NUMBER: N429157023FG05
ADDITIONAL MARKINGS: STCS Gary Tharrington 860-694-3314
NET AMT

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN / INSPECT AT / INSPECT BY / ACCEPT AT / ACCEPT BY
0001 / Destination / Government / Destination / Government

DELIVERY INFORMATION

CLIN / DELIVERY DATE / QUANTITY / SHIP TO ADDRESS / DODAAC
0001 / 60 dys. ADC / 10 / SSEP ATLANTIC
BLDG 448 RM 105 TAUTOG AVE
NAVAL SUBMARINE BASE NEW LONDON
GROTON CT 06349-5000
FOB: Destination / N42915

INSTRUCTIONS TO BIDDERS

(1) Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. This will be awarded on the lowest price technically acceptable for the whole dollar value.

(2) All questions must be directed through GSA Reverse Auction Website, any questions outside of the GSA platform will not be answered. Do not send questions directly to buyers email.

(3) Sellers must upload all technical criteria to include data specifications, lead time, and madatory FAR and DFARS certifications and representation attachments with bid otherwise you may be automatically disqualified for not providing mandatory attachments.

(4) Vendors shall include the Cage Code and Federal Tax Identification Number (TIN) in the Vendors Comments section.

(5) All price information shall be filled out on individual lines as this is a reverse auction. See attached RFQ for additional information.

(6) The Vendor shall complete, sign and attach FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016) to GSA bid.

(7) The Vendor shall complete, sign, and attach DFARS 252.203-7994 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements – Representation (Deviation 2017-O0001) (Nov 2016).

(8) The Vendor shall complete, sign, and attach DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no place of manufacture is filled out on DFARS 252.225-7000 the bid will be evaluated as it is a foreign non qualifying country per DFARS 225.502 (c) (i) (E).

EVALUATION:

Award of the purchase order resulting from this Auction will be made to the responsible Vendor whose bid is the lowest price technically acceptable and in full compliance with all other requirements set forth in this Auction will be awarded the Purchase Order. The Government reserves the right to judge which submissions show the required capability.

CLAUSES INCORPORATED BY FULL TEXT

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a

Felony Conviction under any Federal Law (FEB 2016)

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that--

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

Signature: ______

Name: ______

Title: ______

Date: ______

252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2017-O0001)(NOV 2016)

(a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(End of provision)

Signature: ______

Name: ______

Title: ______

Date: ______

252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014)

(a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and United States, as used

in this provision, have the meanings given in the Buy American and Balance of Payments Program--Basic clause of this solicitation.

(b) Evaluation. The Government--

(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and

(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program.

(c) Certifications and identification of country of origin.

(1) For all line items subject to the Buy American and Balance of Payments Program-- Basic clause of this solicitation, the offeror certifies that--

(i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and

(ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.

(2) The offeror certifies that the following end products are qualifying country end products:

___ (Line Item Number Country of Origin)

___ (Country of Origin)

(3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'':

(Line Item Number) ___

(Country of Origin (If known)) ___

(End of provision)

Signature: ______

Name: ______

Title: ______

Date: ______

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause--

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission

of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through

WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Submarine Surveillance Equipment Program Atlantic SSEP LANT / N42915 / Naval Submarine Base Groton, CT

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

COMBO

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the

system.

Routing Data Table*

------

Field Name in WAWF Data to be entered in WAWF

------

Pay Official DoDAAC CRCARD

Issue By DoDAAC ____

Admin DoDAAC ____

Inspect By DoDAAC ____

Ship To Code ____

Ship From Code ____

Mark For Code ____

Service Approver (DoDAAC) ____

Service Acceptor (DoDAAC) ____

Accept at Other DoDAAC ____

LPO DoDAAC ____

DCAA Auditor DoDAAC ____

Other DoDAAC(s) ____

------

(*Contracting Officer: Insert applicable DoDAAC information or “See schedule” if multiple ship to/acceptance locations apply, or “Not applicable.”)

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

____

(Contracting Officer: Insert applicable email addresses or “Not applicable.”)

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

____

(Contracting Officer: Insert applicable information or “Not applicable.”)

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

CLAUSES INCORPORATED BY REFERENCE

52.204-7 / System for Award Management / OCT 2016
52.204-13 / System for Award Management Maintenance / OCT 2016
52.204-16 / Commercial and Government Entity Code Reporting / JUL 2016
52.204-18 / Commercial and Government Entity Code Maintenance / JUL 2016
52.211-6 / Brand Name or Equal / AUG 1999
52.212-1 / Instructions to Offerors--Commercial Items / OCT 2016
52.232-39 / Unenforceability of Unauthorized Obligations / JUN 2013
52.232-40 / Providing Accelerated Payments to Small Business Subcontractors / DEC 2013
52.233-3 / Protest After Award / AUG 1996
52.247-34 / F.O.B. Destination / NOV 1991
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
252.203-7995 (Dev) / Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. / NOV 2016
252.204-7004 Alt A / System for Award Management Alternate A / FEB 2014
252.204-7012 / Safeguarding Covered Defense Information and Cyber Incident Reporting / OCT 2016
252.204-7015 / Notice of Authorized Disclosure of Information for Litigation Support / MAY 2016
252.204-7015 / Notice of Authorized Disclosure of Information for Litigation Support / MAY 2016
252.223-7008 / Prohibition of Hexavalent Chromium / JUN 2013
252.225-7001 / Buy American And Balance Of Payments Program-- Basic (Aug 2016) / AUG 2016
252.225-7002 / Qualifying Country Sources As Subcontractors / AUG 2016
252.225-7048 / Export-Controlled Items / JUN 2013
252.232-7003 / Electronic Submission of Payment Requests and Receiving Reports / JUN 2012
252.232-7010 / Levies on Contract Payments / DEC 2006
252.244-7000 / Subcontracts for Commercial Items / JUN 2013
252.246-7008 / Sources of Electronic Parts / OCT 2016
252.247-7023 / Transportation of Supplies by Sea / APR 2014

CLAUSES INCORPORATED BY FULL TEXT

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2016) ALTERNATE I (OCT 2014)

The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (t) of this provision.

(a) Definitions. As used in this provision--

“Administrative merits determination” means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance.