The notice requires the vendor to list the country of origin for each item. Additional documentation is required for award consideration, including manufacturer's name, country of origin, specification data sheet (if applicable), and record of previous sales for the same item to the government. The DOD and Navy require paperless distribution of purchase orders, contracts, and modifications. Vendors must provide their email address, CAGE code, commercial government entity number, DUNS number, SAM system for award management registration, and tax ID number. The contractor must be registered in the SAM database prior to submitting an invoice and through final payment. Offers may not be submitted for quantities less than those specified. The government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specified otherwise in the offer. The vendor must provide their best delivery schedule, business size, prompt payment terms, and other requested information. If on a GSA contract, the GSA contract expiration date must be provided. If pricing is on or equal brand, a copy of literature, specifications, make, and model of the item being offered must be provided. The vendor shall complete and return the price information, including commercial catalog published price list number, date, and page. If quoted prices exceed the catalog published price, an explanation must be provided. Sales history of the item for at least the last 12 months, government commercial sales dollar volume, quantity of units sold, and unit price must be provided. The method of payment is government purchase card (FAR clause ****) and wide area workflow (DFAR clause ****). Delivery information includes delivery date, quantity, ship to address, DODAAC, and CAGE code. Various FAR clauses are incorporated by reference. The offeror shall not complete the representation if the offeror has represented that it does not provide covered telecommunications equipment or services. The offeror represents that it does or does not use covered telecommunications equipment or services. The government requires delivery to be made according to the following schedule. The government will evaluate equally, as regards
time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. The contractor shall retain evidence to document that items furnished under this contract conform to contract requirements. The contractor shall be responsible for the assurance of type, kind, count, and condition. The contractor shall provide documentation of traceability for review upon request by the contracting officer at any
time prior to or after award, at
time of government source inspection, if applicable, and/or during random or directed postaward audits. The contractor shall retain documentation in accordance with this clause for 5 years after final payment under this contract. The specified items are the only items acceptable under this contract. All items shall be marked as specified in military standard MIL-STD-130N. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. This contract is subject to 41 U. S.