Offerors classified as a large business under NAICS code **** are required to submit a small business subcontracting plan. A commercial plan approved by another government agency is acceptable. Approved commercial plans must include a copy of the approval letter. Quotes will be evaluated in accordance with FAR **** based on the criteria listed below. Award will be made to the lowest priced, technically acceptable offeror representing the best value to the government. Technical acceptability will be evaluated on the ability of the offeror to provide new manufactured commercial items from the original equipment manufacturers (OEMs). The USCG requires specific items on a limited source basis. The contractor shall provide pricing as requested. Only the lowest priced offer will be evaluated for technical acceptability. If the lowest priced offer does not receive an acceptable technical or past performance rating, the process will continue in order of lowest priced offer until the lowest priced, technically acceptable offer is identified. Delivery terms: F. O. B. destination is requested. All offers will be considered F. O. B. destination unless F. O. B. origin is specified and estimated shipping costs are included. The contractor shall, immediately upon discovery, notify and disclose conditions to the contracting officer of any event, supply change, material change, supply malfunction, counterfeit suspect parts or materiel, defect or nonairworthy condition of any product or component. The government reserves the right to inspect any nonconforming product or component. The contractor shall obtain approval from the contracting officer prior to the disposition of any nonconforming product or component. The contractor's quality control manual shall address in detail the contractor's risk
management, test, inspection, nonconforming product and counterfeit suspect parts processes. The contractor shall immediately notify the contracting officer of any changes that potentially have an impact on the product. Changes may include but are not limited to products, processes, materiel, supplier sources, manufacturing facility location and personnel qualifications. Upon notification of the change, the USCG will approve or deny the change. Facility location changes may require the government to perform a facility inspection. The contractor shall allow the government access to all applicable areas of the contractor's facilities to ensure compliance with contractual requirements. In the event that the change is not approved by the USCG, the contract, delivery order or task order may be cancelled or terminated in accordance with FAR. The contractor shall retain all records in accordance with FAR 4. 7 contractor records retention. The contractor shall be required to permit government access to applicable records retained at any level of the supply chain. Unless otherwise specified, the contractor shall flow down all requirements in this order to their supply chain, to include all subcontractors and suppliers. Packaging instructions: the container shall be packed and labeled suitable for shipment via land, air, or sea. Packaging material shall not consist of the following: popcorn, shredded paper, styrofoam of any type, or peanut packaging. Each part shall be individually packed in a separate envelope, box, carton or crate. For bulk packages, packaging of material up to 100 each per package is acceptable. Each individual container shall be labeled on the inside with national stock number, part number, serial number, quantity, nomenclature, purchase order number, and purchase order lineitem number. Packing list and certification documentation shall be placed on the outside of individual containers. The internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation and protection shall be provided to prevent corrosion, deterioration, or decay during warehouse storage for a period of one year. Shipping i