Skip to content
Department of Defense

Inactive Duty Training Lodging & Feeding

Solicitation: W50S8H26Q0011
Notice ID: b64f5db5a05042bfa51890b929d6fe1f
TypeCombined Synopsis SolicitationNAICS 722310PSC7290Set-AsideWOSBDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedApr 02, 2026, 12:00 AM UTCDueApr 06, 2026, 06:00 PM UTCCloses in 1 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Apr 06, 2026. Industry: NAICS 722310 • PSC 7290.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W50S8H26Q0011. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 722310 (last 12 months), benchmarked to sector 72.

12-month awarded value
$30,437,434
Sector total $77,245,986 • Share 39.4%
Live
Median
$179,898
P10–P90
$179,898$179,898
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
39.4%
share
Momentum (last 3 vs prior 3 buckets)
+682%($23,534,367)
Deal sizing
$179,898 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
New York • 14304 United States
State: NY
Contracting office
Niagara Falls, NY • 14304-6601 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NY20260005 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Chemung, Schuyler
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
+66 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 66 more rate previews.
Davis-BaconBest fitstate match
NY20260005 (Rev 1)
Open WD
Published Jan 30, 2026New York • Chemung, Schuyler
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $39.35Fringe $33.18
+65 more occupation rates in this WD
Davis-Baconstate match
NY20260031 (Rev 1)
Open WD
Published Jan 30, 2026New York • Herkimer
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+49 more occupation rates in this WD
Davis-Baconstate match
NY20260047 (Rev 1)
Open WD
Published Jan 30, 2026New York • Allegany
Rate
CEMENT MASON/CONCRETE FINISHER
Base $38.63Fringe $25.05
Rate
Carpenter and Piledriver HEAVY AND HIGHWAY CONSTRUCTION Carpenter
Base $38.18Fringe $26.11
Rate
Piledriver
Base $41.66Fringe $28.46
+34 more occupation rates in this WD
Davis-Baconstate match
NY20260113 (Rev 1)
Open WD
Published Jan 30, 2026New York • Otsego
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (MECHANICAL (Duct, Pipe & Mechanical System Insulation))
Base $43.25Fringe $27.29
Rate
BRICKLAYER
Base $62.54Fringe $29.40
Rate
CEMENT MASON/CONCRETE FINISHER
Base $34.32Fringe $20.52
+23 more occupation rates in this WD

Point of Contact

Name
Philip J Rott
Email
philip.rott@us.af.mil
Phone
7162362493
Name
Jennifer DeWispelaere
Email
jennifer.dewispelaere@us.af.mil
Phone
7162362520

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO NY • USPFO NY PROCUREMENT • W7NR USPFO ACTIVITY NYANG 107
Contracting Office Address
Niagara Falls, NY
14304-6601 USA

More in NAICS 722310

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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 written solicitation will not be issued.

This solicitation is issued as a Request for Quotation (RFQ), solicitation number W50S8H-26-Q-0011, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2026-01 effective 13 March 2026). The North American Industry Classification System (NAICS) number is 721110 and the small business size standard is $40,000,000.00.  This acquisition is 100% competitive set-aside for SBA-Certified Woman-Owned Small Businesses.

The intent of this combined synopsis/solicitation is to issue a single award Blanket Purchase Agreement (BPA) with a period of performance of 9 April 2026 through 31 March 2028.  The Government requires inactive duty (IDT) lodging and feeding support at the below listed locations on a varying basis.

Though the IDT schedule is known the exact number of nightly IDT rooms and lunch meals needed under this BPA will not be known until 5 calendar days prior to each drill weekend.  BPA calls are expected to be issued to fund lodging room nights as well as lunch meals.  All invoicing shall be conducted through Wide Area Workflow (WAWF).  When checking in, though individual service members will need to have the ability to sign up for the next drill weekend, a master lodging roster shall be sent to the contractor no later than 5 calendar days in advance of rooms being needed.  A master feeding roster shall be provided to the contractor no later than 5 calendar days in advance of meals being needed.  The contractor must also provide support for rescheduled IDT lodging rooms performed at times differently than the posted drill schedule.  The contractor shall be provided the number and location of needed rooms no later than 5 calendar days prior to them being needed.

***Amendment to Add the Following Two Paragraphs as of April 2, 2026 at 3:50PM EST***

The offeror shall be evaluated on the ability to provide the required nightly rooms at all locations needed either at or below the GSA per diem nightly rate for the specific locality and correct time of the calendar year due to fluctuations during peak / off-peak seasons.  The offeror shall also be evaluated on the ability to provide the required lunch meals either at or below the GSA per diem lunch meal rate.  Finally, the contractor shall be evaluated on their ability to provide a capabilities statement.  All parking must be included at all hotel facilities.

In the offer, offerors must indicate the amount of lead time needed for the Government to make room reservations and place lunch meal orders as well as the lead time needed to make cancellations or adjustments for both rooms and meals either as an increase or decrease.

Line Items:

CLIN 0001 – 180 Each – Off-Peak Season Lodging Room Rates Within a 10-Mile Driving Distance of:

107th Attack Wing, 9910 Blewett Avenue, Niagara Falls, NY 14304.  Approximately 180 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0002 – 60 Each – Peak Season Lodging Room Rates Within a 10-Mile Driving Distance of: 107th Attack Wing, 9910 Blewett Avenue, Niagara Falls, NY 14304.  Approximately 60 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0003 – 1440 Each – Lodging Room Rates Within a 10-Mile Driving Distance of: 274th ASOS, 6001 East Molloy Road, Syracuse, NY 13211.  Approximately 1440 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is May 1, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0004 – 576 Each – Lodging Room Rates Within a 10-Mile Driving Distance of: 525 Brooks Road, Rome, NY 13441.  Approximately 576 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0005 – 24 Each – September Through October Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315.  Approximately 24 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0006 – 48 Each – November Through February Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315.  Approximately 48 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0007 – 48 Each – March Through June Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315.  Approximately 48 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0008 – 24 Each – July Through August Lodging Room Rates Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315.  Approximately 24 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0009 – 48 Each – Lodging Room Rates Within a 10-Mile Driving Distance of: 105th Air Wing, 1 Militia Way, Newburgh, NY 12550.  Approximately 48 rooms are required over a 2 calendar year period.  A final room count will be provided no later than 5 calendar days in advance of the first night of arrival.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.  The Government will not pay more than the applicable GSA Per Diem nightly room rate for the location lodging is provided.

- Doubling of all service members is required for enlisted ranks E1 through E8 and officer ranks O4 and below.

CLIN 0010 – 672 Each – In-Person Lunch Meals Provided Within a 10-Mile Driving Distance of: 525 Brooke Avenue, Rome, NY 13441.  Approximately 672 lunch meals are required over a 2 calendar year period.  A final meal count will be provided no later than 5 calendar days in advance of the first day meals are required.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.

CLIN 0011 – 1152 Each – In-Person Lunch Meals Provided Within a 10-Mile Driving Distance of: 7900 Telegraph Road, Fort Belvoir, VA 22315.  Approximately 1152 lunch meals are required over a 2 calendar year period.  A final meal count will be provided no later than 5 calendar days in advance of the first day meals are required.

- Period of Performance is April 9, 2026 through March 31, 2028.

- Award will be based on lowest price & a review of the contractor-provided capability statement.

Address for Program Management is:

107th Force Support Services
2260 Johnson Street
Niagara Falls ARS, NY 14304

Protests to NG Protest Decision Authority shall be filed at:

National Guard Bureau
Office of the Director of Acquisitions
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil           

A. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items.

B. Offerors shall remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS IAW FAR 52.212-3, following the instructions as provided in the clause.

C. By offer submission in response to this synopsis the offeror agrees to comply with all terms and conditions IAW FAR 52.212-4 - Contract Terms and Conditions - Commercial Items.

D. The following PROVISIONS/CLAUSES to be incorporated into this RFQ and subsequent order as applicable:

CLAUSES INCORPORATED BY REFERENCE (Full text can be accessed at: http://www.acquisition.gov)

52.203-13 Contractor Code of Business Ethics and Conduct. 2021-11

52.204-7 System for Award Management. 2024-11

52.204-13 System for Award Management Maintenance. 2018-10

52.204-16 Commercial and Government Entity Code Reporting. 2020-08

52.204-18 Commercial and Government Entity Code Maintenance. 2020-08

52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 2023-12

52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. 2023-09

52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. 2023-11

252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09

252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2022-12

252.203-7003 Agency Office of the Inspector General. 2019-08

252.203-7005 Representation Relating to Compensation of Former DoD Officials. 2022-09

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 2023-01

252.204-7024 Notice on the Use of the Supplier Performance Risk System. 2023-03

252.211-7003 Item Unique Identification and Valuation. 2023-01

252.223-7008 Prohibition of Hexavalent Chromium. 2023-01

252.225-7001 Buy American and Balance of Payments Program. 2024-02

252.225-7002 Qualifying Country Sources as Subcontractors. 2022-03

252.225-7012 Preference for Certain Domestic Commodities. 2022-04

252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 2022-05

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 2023-01

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. 2023-06

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. 2023-06

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12

252.232-7010 Levies on Contract Payments. 2006-12

252.244-7000 Subcontracts for Commercial Products or Commercial Services. 2023-11

252.247-7023 Transportation of Supplies by Sea. 2024-10

CLAUSES INCORPORATED BY FULL TEXT

52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services. (Alternate I) 2025-10 Alternate I 2024-02 Alternate I (Feb 2024).

As prescribed in 12.301 (b)(2), add the following paragraph (c)(12) to the basic provision:

(12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(5) of this provision.)

[ ] Black American.

[ ] Hispanic American.

[ ] Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).

[ ] Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).

[ ] Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).

[ ] Individual/concern, other than one of the preceding.

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Products and Commercial Services.(DEVIATION 2025-O0003 and 2025-O0004) 2025-10 Deviation 2025-O0004 2025-03

Contract Terms and Conditions Required To Implement Statutes or Executive Orders-

Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003 and 2025-O0004)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801).

(6) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

[Contracting Officer check as appropriate.]

[X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).

[X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)).

[ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

[ ] (4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community-see FAR 3.900(a).

[X] (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).

[ ] (6) [Reserved].

[ ] (7) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

[ ] (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

[ ] (9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).

[X] (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders-Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023) (Pub. L. 115-390, title II).

[X] (11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition. (Dec 2023) (Pub. L. 115-390, title II).

[ ] (ii) Alternate I (Dec 2023) of 52.204-30.

[X] (12) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) (31 U.S.C. 6101 note).

[ ] (13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).

[ ] (14) [Reserved].

[ ] (15) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) (15 U.S.C. 657a).

[ ] (16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[ ] (17) [Reserved]

[X] (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).

[ ] (ii) Alternate I (Mar 2020) of 52.219-6.

[ ] (19) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).

[ ] (ii) Alternate I (Mar 2020) of 52.219-7.

[ ] (20) 52.219-8, Utilization of Small Business Concerns (Jan 2025)(15 U.S.C. 637(d)(2) and (3)).

[ ] (21) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2025) (15 U.S.C. 637(d)(4)).

[ ] (ii) Alternate I (Nov 2016) of 52.219-9.

[ ] (iii) Alternate II (Nov 2016) of 52.219-9.

[ ] (iv) Alternate III (Jun 2020) of 52.219-9.

[ ] (v) Alternate IV (Jan 2025) of 52.219-9.

[ ] (22) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)).

[ ] (ii) Alternate I (Mar 2020) of 52.219-13.

[ ] (23) 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 657s).

[ ] (24) 52.219-16, Liquidated Damages-Subcontracting Plan (Sep 2021) (15 U.S.C. 637(d)(4)(F) (i)).

[ ] (25) 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024) (15 U.S.C. 657f).

[X] (26) (i) 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) (15 U.S.C. 632 (a)(2)).

[ ] (ii) Alternate I (Mar 2020) of 52.219-28.

[ ] (27) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) (15 U.S.C. 637(m)).

[X] (28) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) (15 U.S.C. 637(m)).

[ ] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)).

[ ] (30) 52.219-33, Nonmanufacturer Rule (Sep 2021) (15 U.S.C. 637(a)(17)).

[X] (31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).

[X] (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2025)(E.O. 13126).

[ ] (33) [Reserved]

[ ] (34) [Reserved]

[X] (35)

(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

[ ] (ii) Alternate I (Jul 2014) of 52.222-35.

[X] (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).

[ ] (ii) Alternate I (Jul 2014) of 52.222-36.

[X] (37) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

[ ] (38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

[X] (39) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O.13627).

[ ] (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

[ ] (40) 52.222-54, Employment Eligibility Verification (Jan 2025) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)

[ ] (41) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[ ] (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[ ] (42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024) (42 U.S.C. 7671, et seq.).

[ ] (43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (May 2024) (42 U.S.C. 7671, et seq.).

[ ] (44) 52.223-20, Aerosols (May 2024) (42 U.S.C. 7671, et seq.).

[ ] (45) 52.223-21, Foams (May 2024) (42 U.S.C. 7671, et seq.).

[ ] (46) 52.223-23, Sustainable Products and Services (MAR 2025) (DEVIATION 2025-O0004)) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l).

[ ] (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).

[ ] (ii) Alternate I (Jan 2017) of 52.224-3.

[ ] (48) (i) 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).

[ ] (ii) Alternate I (Oct 2022) of 52.225-1.

[ ] (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109- 169, 109-283, 110-138, 112-41, 112-42, and 112-43.

[ ] (ii) Alternate I [Reserved].

[ ] (iii) Alternate II (Jan 2025) of 52.225-3.

[ ] (iv) Alternate III (Feb 2024) of 52.225-3.

[ ] (v) Alternate IV (Oct 2022) of 52.225-3.

[ ] (50) 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

[ ] (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).

[ ] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

[ ] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

[ ] (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513).

[ ] (56) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).

[ ] (57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).

[ ] (58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).

[X] (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).

[ ] (60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).

[ ] (61) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

[ ] (62) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

[ ] (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.).

[ ] (64) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).

[ ] (65) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631).

[ ] (ii) Alternate I (Apr 2003) of 52.247-64.

[ ] (iii) Alternate II (Nov 2021) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

[Contracting Officer check as appropriate.]

[ ] (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67).

[ ] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[ ] (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[ ] (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).

[ ] (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

[ ] (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

[X] (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan2022).

[X] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

[ ] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792).

[ ] (10) 52.247-69, Reporting Requirement for U.S.-Flag Air Carriers Regarding Training to Prevent Human Trafficking (Jan 2025) (49 U.S.C. 40118(g)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the  clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509).

(ii) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712).

(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iv) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).

(v) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(vi) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).

(vii)(A) 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition. (Dec 2023) (Pub. L. 115-390, title II).

(B) Alternate I (Dec 2023) of 52.204-30.

(viii) 52.219-8, Utilization of Small Business Concerns (Jan 2025) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(ix) [Reserved]

(x) [Reserved]

(xi) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

(xii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).

(xiii) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

(xiv) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xv) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

(xvi) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).

(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xvii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

(xviii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

(xix) 52.222-54, Employment Eligibility Verification (Jan 2025) (E.O. 12989).

(xx) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).

(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

(xxii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3.

(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).

(xxiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxv) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.

(xxvi) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.).

(xxvii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 2022-10 Deviation 2021-0008 2023-02

LIMITATIONS ON SUBCONTRACTING (FEB 2023) (DEVIATION 2021-O0008)

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that--

(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and

(2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.

(c) Applicability. This clause applies only to--

(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);

(2) Part or parts of a multiple-award contract that have been set aside for any of the smallbusiness concerns identified in 19.000(a)(3);

(3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15;

(4) Orders expected to exceed the simplified acquisition threshold and that are--

(i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or

(ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii);

(5) Orders, regardless of dollar value, that are--

(i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or

(ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and

(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.

(d) Independent contractors. An independent contractor shall be considered a subcontractor.

(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for--

(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The following services may be excluded from the 50 percent limitation:

(i) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code 562910), cloud computing services, or mass media purchases.

(ii) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor.

(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both

supplies and services, the 50 percent limitation shall apply only to the supply portion of the

contract;

(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded; or

(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entityfurther subcontracts will count towards the prime contractor’s 75 percent subcontract amount that cannot be exceeded.

(f) The Contractor shall comply with the limitations on subcontracting as follows:

(1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause--[Contracting Officer check as appropriate.]

[X] By the end of the base term of the contract and then by the end of each subsequent option period; or

[ ] By the end of the performance period for each order issued under the contract.

(2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.

(g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.

(1) In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions.

(2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions.

(End of clause)

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 2021-05

PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (MAY 2021)

The Offeror is not required to complete the representation in this provision if the Offeror has represented in the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation, that it "does not provide covered defense telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument."

(a) Definitions. "Covered defense telecommunications equipment or services," "covered mission," "critical technology," and "substantial or essential component," as used in this provision, have the meanings given in the 252.204-7018 clause, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, of this solicitation.

(b) Prohibition. Section 1656 of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits agencies from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service to carry out covered missions that uses covered defense telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.

(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) at https://www.sam.gov for entities that are excluded when providing any equipment, system, or service to carry out covered missions that uses covered defense telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless a waiver is granted.

(d) Representation. If in its annual representations and certifications in SAM the Offeror has represented in paragraph (c) of the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation, that it "does" provide covered defense telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument, then the Offeror shall complete the following additional representation: The Offeror represents that it [ ] will [ ] will not provide covered defense telecommunications equipment or services as a part of its offered products or services to DoD in the performance of any award resulting from this solicitation.

(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it "will provide covered defense telecommunications equipment or services," the Offeror shall provide the following information as part of the offer:

(1) A description of all covered defense telecommunications equipment and services offered (include brand or manufacturer; product, such as model number, original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable).

(2) An explanation of the proposed use of covered defense telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition referenced in paragraph (b) of this provision.

(3) For services, the entity providing the covered defense telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known).

(4) For equipment, the entity that produced or provided the covered defense telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).

(End of provision)

252.225-7000 Buy American--Balance of Payments Program Certificate. 2024-02 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)

(a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "critical component," "critical item," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the 252.225-7001, 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 paragraphs (c)(2) or (3) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c)(4) of this

provision contains a critical component or a critical item; 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. For those end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select "no".

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

Line Item Number 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. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the

domestic content is unknown, select "no". Line Item Number Country of Origin (If known) Exceeds 55% Domestic Content (yes/no)

____ ____ ____

____ ____ ____

____ ____ ____

(4) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component or a critical item (see Federal Acquisition Regulation 25.105). Domestic end products containing a critical component or a critical item:

Line Item Number ____

[List as necessary]

(End of provision)

DFARS 252.236-7006 - WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)

(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.

"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items-

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

Invoice 2in1

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.

Invoice 2in1

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial financing, submit a commercial financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.

[Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.]

(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 F87700

Issue By DoDAAC W50S8H

Admin DoDAAC W50S8H

Inspect By DoDAAC F8K3MG

Ship To Code F8K7CE

Ship From Code Leave Blank

Mark For Code Leave Blank

Service Approver (DoDAAC) Leave Blank

Service Acceptor (DoDAAC) F8K3MG

Accept at Other DoDAAC Leave Blank

LPO DoDAAC Leave Blank

DCAA Auditor DoDAAC Leave Blank

Other DoDAAC(s) Leave Blank

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation

52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(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.

montana.fleissner@us.af.mil

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.