Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOLICITATION NOTICE

99 -- RF Chamber Shielding

Notice Date
8/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, DO NOT USE - OLD AFNWC ACCOUNT, AFNWC PKE, Air Force Nuclear Weapons Center, 2000 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
F2KBAB3031A001
 
Archive Date
10/10/2013
 
Point of Contact
Susan G. Myers, Phone: 5058538094, Brian Jason Clark, Phone: 5058466673
 
E-Mail Address
Susan.Myers@Kirtland.AF.Mil, Brian.Clark@kirtland.af.mil
(Susan.Myers@Kirtland.AF.Mil, Brian.Clark@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: F2KBAB3031A001 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. This requirement is advertised as Full and Open Competition. The NAICS Code for this synopsis/solicitation is __334511__, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, Size Standard 750 employees. Solicitation/Purchase Requisition Number F2KBAB3031A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-68 effective 26 June 2013. This solicitation is to purchase items for AFRL/6TRDHE to upgrade the High Energy Laboratory Radio Frequency Chamber. See upload of all items needed. This acquisition shall be procured as brand name or equal in accordance with FAR 52.211-6. NOTE: please provide a BRAND NAME OR EQUIVALENT quote for the item(s) below. If an "or EQUIVALENT" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. Any offeror providing an "or equal" product shall describe thoroughly how their product meets all the required characteristics listed below in the statement of objectives. Failure to do so will render that offeror non-responsive and will not be considered for award. The Government intends to award one (1) contract with five (5) contract line item number: Award shall be made to the offeror that can provide the requirement that represents the best value and meets all the minimum requirements of the government. (CLIN 0001) Product: Anechoic absorbers - various sizes QTY: 1 Unit of Issue: LT Desired Delivery Date: 8 weeks ARO FOB: Destination Inspection and Acceptance: Destination (CLIN 0002) Product: 2 ft. Pyramidal cones QTY: 1 Unit of Issue: LT Desired Delivery Date: 8 weeks ARO FOB: Destination Inspection and Acceptance: Destination (CLIN 0003) Product: 4 by 4 walkway absorbers QTY: 35 Unit of Issue: EA Desired Delivery Date: 8 weeks ARO FOB: Destination Inspection and Acceptance: Destination (CLIN 0004) Product: Flexsorb or equivalent RAM material QTY: 1 Unit of Issue: LT Desired Delivery Date: 8 weeks ARO FOB: Destination Inspection and Acceptance: Destination (CLIN 0005) Product: Manufacture, Design & Installation QTY: 1 Unit of Issue: LT Desired Delivery Date: 8 weeks ARO See attached statement of work. In accordance with Subpart 12.6, as supplemented with additional information included in this notice. Offerors are notified that award will be made on the basis of best value. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform, price, cost and/or cost realism analysis is grounds to reject the quote All offers are due no later than 15 July 2013 (Mountain Standard Time) 1600. Offers may be mailed to AFNWC/PZIB, ATTN: Susan Myers, 8500 Gibson Blvd., SE, Bldg. 20202, Office 224, Kirtland AFB, NM 87117, emailed to Susan.Myers@Kirtland.af.mil, or faxed to (505) 853-3476 ATTN Susan Myers. Be advised that all interested parties must be registered in the System for Award Management database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the SAM website at http://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment The following provisions and clauses apply to FedBizOps RFQ: F2KBAB3031A001 procurement: FAR 52.211-6 -- Brand Name or Equal 52.202-1 DEFINITIONS (JAN 2012) (IAW FAR 2.201) 52.203-3 GRATUITIES (APR 1984) (IAW FAR 3.202) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) (IAW FAR 3.104-9(b)) 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010) (IAW FAR 3.1004(a)) 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (DEC 2011) (IAW FAR 3.1106) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) (IAW DFARS 203.171-4) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) (IAW DFARS 203.970) 52.204-1 APPROVAL OF CONTRACT (DEC 1989) (IAW FAR 4.103) This contract is subject to the written approval of (designated agency official) and shall not be binding until so approved. This clause is applicable at various dollar levels for specific activities. If this contract requires approval at a level above the Contracting Officer in accordance with agency procedures, such approval will be shown on the cover page of the contract at the time of contract issuance. 52.204-2 SECURITY REQUIREMENTS (AUG 1996) (IAW FAR 4.404(a)) 52.204-2 SECURITY REQUIREMENTS -- ALTERNATE I (APR 1984) (IAW FAR 4.404(b)) 52.204-2 SECURITY REQUIREMENTS -- ALTERNATE II (APR 1984) (IAW FAR 4.404(c)) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (FEB 2012) (IAW FAR 4.1105) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (FEB 2012) (IAW FAR 4.1403(a)) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) (IAW DFARS 204.404-70(b)) 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) (IAW DFARS 204.1104) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) (IAW DFARS 204.7304) 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995) (IAW FAR 9.206-2) (a) Definition: "Qualification Requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award. (b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. Item No Agency Name/Address (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided. Offeror's Name ______________________________ Manufacturer's Name _________________________ Source's Name ______________________________ Item Name _________________________________ Service Identification _________________________ Test Number _______________________________ (to the extent known) (d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests. (e) If an offeror, manufacturer, source, product, or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification. (f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award. 52.209-3 FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989) (IAW FAR 9.308-1(a)(1), FAR 9.308-1(b)(1)) a) The Contractor shall test ** unit(s) of Lot/Item * as specified in this contract. At least *** calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. *Lot/Item ***Calendar Days Before Test **Quantity (b) The Contractor shall submit the first article test report within ___**___ calendar days from the date of this contract to ___***___ marked "FIRST ARTICLE TEST REPORT: Contract No. Lot/Item No. ___*___" Within ___****___ calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. *Lot/Item ****Approval Days ELIN No. FA Test Report Item ***Type/Location **Calendar Days 52.209-3 FIRST ARTICLE APPROVAL--CONTRACTOR TESTING -- ALTERNATE I (JAN 1997) (IAW FAR 9.308-1(a)(2), FAR 9.308-1(b)(2)) 52.209-3 FIRST ARTICLE APPROVAL--CONTRACTOR TESTING -- ALTERNATE II (SEP 1989) (IAW FAR 9.308-1(a)(3), FAR 9.308-1(b)(3)) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) (IAW FAR 9.308-2(a)(1), FAR 9.308-2(b)(1)) (a) The Contractor shall deliver ** units(s) of Lot/Item * within *** calendar days from the date of this contract to the Government at **** for first article tests. First Article Item **Quantity ***Calendar Days ****Type/Location (b) Within ** calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. *Lot/Item **Approval Days ELIN No. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING -- ALTERNATE I (JAN 1997) (IAW FAR 9.308-2(a)(2), FAR 9.308-2(b)(2)) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING -- ALTERNATE II (SEP 1989) (IAW FAR 9.308-2(a)(3), FAR 9.308-2(b)(3)) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) (IAW FAR 9.409) 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012) (IAW FAR 9.108-5(b)) 52.211-8 TIME OF DELIVERY (JUN 1997) (IAW FAR 11.404(a)(2)) (a) The Government requires delivery to be made according to the following schedule: DELIVERY FOR EACH ITEM IS ANNOTATED IN THE SCHEDULE (PART I SECTION B) UNDER EACH LINE ITEM. 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. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. ANNOTATE YOUR PROPOSED DELIVERY, IF ANY, UNDER THE GOVERNMENT'S DELIVERY SET FORTH UNDER EACH ITEM IN THE SCHEDULE. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. 52.211-8 TIME OF DELIVERY -- ALTERNATE I (APR 1984) (IAW FAR 11.404(a)(2)) If the delivery schedule is expressed in terms of specific calendar dates or specific periods and is based on an assumed date of award, the contracting officer may substitute the following paragraph (b) for paragraph (b) of the basic clause. The time may be expressed by substituting "on or before"; "during the months..."; or "not sooner than... or later than..." as headings for the third column of paragraph (a) the basic clause. (b) The delivery dates or specific periods above are based on the assumption that the Government will make award by. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the contract is in fact awarded. Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. 52.211-8 TIME OF DELIVERY -- ALTERNATE I (APR 1984) (IAW FAR 11.404(a)(2)) If the delivery schedule is expressed in terms of specific calendar dates or specific periods and is based on an assumed date of award, the contracting officer may substitute the following paragraph (b) for paragraph (b) of the basic clause. The time may be expressed by substituting "on or before"; "during the months..."; or "not sooner than... or later than..." as headings for the third column of paragraph (a) the basic clause. (b) The delivery dates or specific periods above are based on the assumption that the Government will make award by [Contracting Officer insert date]. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the contract is in fact awarded. Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. 52.211-8 TIME OF DELIVERY -- ALTERNATE II (APR 1984) (IAW FAR 11.404(a)(2)) If the delivery schedule is expressed in terms of specific calendar dates or specific periods and is based on an assumed date the contractor will receive notice of award, the contracting officer may substitute the following paragraph (b) for paragraph (b) of the basic clause. The time may be expressed by substituting "within days after the date of receipt of a written notice of award" as the heading for the third column of paragraph (a) of the basic clause. (b) The delivery dates or specific periods above are based on the assumption that the successful offeror will receive notice of award by. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the Contractor receives notice of award; provided, that the Contractor promptly acknowledges receipt of notice of award. 52.211-8 TIME OF DELIVERY -- ALTERNATE III (APR 1984) (IAW FAR 11.404(a)(2)) If the delivery schedule is to be based on the actual date the contractor receives a written notice of award, the contracting officer may be delete paragraph (b) of the basic clause. The time may be expressed by substituting "within days after the date of receipt of a written notice of award" as the heading for the third column of paragraph (a) of the basic clause. 52.211-9 DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) (IAW FAR 11.404(a)(3)) (a) The Government desires delivery to be made according to the following schedule: DELIVERY FOR EACH LINE ITEM IS ANNOTATED IN THE SCHEDULE (PART I SECTION B) UNDER EACH LINE ITEM. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: DELIVERY FOR EACH ITEM IS ANNOTATED IN THE SCHEDULE (PART I SECTION B) UNDER EACH LINE ITEM. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. ANNOTATE YOUR PROPOSED DELIVERY, IF ANY, UNDER THE GOVERNMENT'S DELIVERY SET FORTH UNDER EACH ITEM IN THE SCHEDULE. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. 52.211-9 DESIRED AND REQUIRED TIME OF DELIVERY -- ALTERNATE I (APR 1984) (IAW FAR 11.404(a)(3)) If the delivery schedule is expressed in terms of specific calendar dates or specific periods and is based on an assumed date of award, the contracting officer may substitute the following paragraph (b) for paragraph (b) of the basic clause. The time may be expressed by substituting "on or before"; "during the months __ "; or "not sooner than __, or later than __ " as headings for the third column of paragraph (a) of the basic clause. (b) The delivery dates or specific periods above are based on the assumption that the Government will make award by ___*___. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the contract is in fact awarded. Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. *Item No *Government will make award by 52.211-9 DESIRED AND REQUIRED TIME OF DELIVERY -- ALTERNATE II (APR 1984) (IAW FAR 11.404(a)(3)) If the delivery schedule is expressed in terms of specific calendar dates or specific periods and is based on an assumed date the contractor receives notice of award, the contracting officer may substitute the following paragraph (b) for paragraph (b) of the basic clause. The time may be expressed by substituting "within days after the date of receipt of a written notice of award" as the heading of the third column of paragraph (a) of the basic clause. (b) The delivery dates or specific periods above are based on the assumption that the successful offeror will receive notice of award by *. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the Contractor receives notice of award; provided, that the Contractor promptly acknowledges receipt of notice of award. *Item No *Delivery Number *Government will make award by 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) (IAW FAR 11.404(b)) The Contractor shall be required to (a) commence work under this contract within * calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than **. The time stated for completion shall include final cleanup of the premises. Item No *Commence Work Within **Complete No Later Than 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK -- ALTERNATE I (APR 1984) (IAW FAR 11.404(b)) The completion date is based on the assumption that the successful offeror will receive the notice to proceed by **. Item No *Date 52.211-11 LIQUIDATED DAMAGES--SUPPLIES, SERVICES OR RESEARCH AND DEVELOPMENT (SEP 2000) (IAW FAR 11.503(a)) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $ per calendar day of delay. 52.211-13 TIME EXTENSIONS (SEP 2000) (IAW FAR 11.503(b), FAR 11.503(c)) 52.211-16 VARIATION IN QUANTITY (APR 1984) (IAW FAR 11.703(a)) (b) The permissible variation shall be limited to: Percent increase (See individual line item(s)) Percent decrease (See individual line item(s)) This increase or decrease shall apply to (See individual line item(s)). 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (FEB 2012) (IAW FAR 12.301(b)(3)) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS -- ALTERNATE I (OCT 2008) (IAW FAR 12.301(b)(3)) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2012) (IAW FAR 12.301(b)(4)) (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 items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __X __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78). (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 items: [Contracting Officer check as appropriate.] __X __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). __X __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ __ (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.) __X __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-15). __X __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). __X __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __X __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)(15 U.S.C. 657a). __X __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (11) [Reserved] __X __ (12) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644). __ __ (12) (ii) Alternate I (Nov 2011). __X __ (12) (iii) Alternate II (Nov 2011). __X __ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). __ __ (13) (ii) Alternate I (Oct 1995) of 52.219-7. __ __ (13) (iii) Alternate II (Mar 2004) of 52.219-7. __X __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __X __ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011)(15 U.S.C. 637(d)(4)). __X __ (15) (ii) Alternate I (Oct 2001) of 52.219-9. __X __ (15) (iii) Alternate II (Oct 2001) of 52.219-9. __X __ (15) (iv) Alternate III (Jul 2010) of 52.219-9. __X (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __X (17) 52.219-14, Limitations on Subcontracting (Nov 2011)(15 U.S.C. 637(a)(14)). __X __ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ __ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (In accordance with DDP Memo dated 12 Mar 2010, DAR Tracking Number 2010-O0006, Immediate Cessation of the Use of Price Evaluation Adjustment for Small Disadvantaged Businesses, this clause is suspended in DoD. Effective until incorporated into the FAR or DFARS or until rescinded.) __ __ (19) (ii) Alternate I (June 2003) of 52.219-23. (In accordance with DDP Memo dated 12 Mar 2010, DAR Tracking Number 2010-O0006, Immediate Cessation of the Use of Price Evaluation Adjustment for Small Disadvantaged Businesses, this clause is suspended in DoD. Effective until incorporated into the FAR or DFARS or until rescinded.) __ __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ __ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __X __ (22) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)(15 U.S.C. 657 f). __X __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __X __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns(Apr 2012) (1 U.S.C. 637(m)). __X __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). __X __ (26) 52.222-3, Convict Labor (June 2003)(E.O. 11755). __X __ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126). __X __ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X __ (29) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). __X __ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __X __ (31) 52.222-36, Affirmative Action For Workers with Disabilities (Oct 2010)(29 U.S.C. 793). __X __ (32) 52.222-37, Employment Reports on Veterans (Sep 2010)(38 U.S.C. 4212). __X __ (33) 52.222-40, Notification of Employee Rights Under the National Labor relations Act (Dec 2010) E.O. 13496). __ __ (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __X __ (35) (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.) __ _ (35) (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.) __X __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42.U.S.C. 8259b). __X __ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ _ (37) (ii) Alternate I, (Dec 2007) of 52.223-16. __X __ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). __X __ (39) 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d). __X __ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41 and 112-42). __ _ (40) (ii) Alternate I (Mar 2012) of 52.225-3. __ _ (40) (iii) Alternate II (Mar 2012) of 52.225-3. ___ (40) (iv) Alternate III (Mar 2012) of 52.225-3. __ __ (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __X __ (42) 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). __ __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007)(42 U.S.C. 5150). __ __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)(42 U.S.C. 5150). __ __ (45) 52.232-29, Terms for financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 522(f), 10 U.S.C. 2307(f)). __X __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __X __ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31.U.S.C. 3332). __X __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999)(31.U.S.C. 3332). __X __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __X __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). __ __ (51) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ _ (51) (ii) Alternate I (Apr 2003) 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 items: [Contracting Officer check as appropriate.] __X __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __X __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351 et seq.). __X __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351 et seq.). __X __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). __X __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (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, 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 paragraphs (e)(1) of this paragraph in a subcontract for commercial items. 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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 20106) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-10, 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007),(41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104 (g)). X Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraphs (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations. Paragraph (a)(1) FAR 52.222-50 (Applies to all solicitations and contracts) Alternate I - (Applicable when the contract will be performed outside the United States (as defined at 25.003) and the contracting officer has been notified of specific U.S. directives or notices regarding combating trafficking in persons (such as general orders or military listings of "off-limits" local establishments) that apply to contractor employees at the contract place of performance. Paragraph (a)(2) FAR 52.233-3 (Applicable to all orders issued hereunder) Paragraph (a)(3) FAR 52.233-4 (Applicable to all solicitations and contracts) Paragraph (b)(1) FAR 52.203-6 (Applicable to all orders exceeding the Simplified Acquisition Threshold) with Alternate I (Applicable to commercial items exceeding the simplified acquisition threshold) Paragraph (b)(2) FAR 52.203-13 (Applicable to solicitations and contracts exceeding $5,000,000 and the period of performance is greater than 120 days, unless for the acquisition of a commercial item under Part 12 or performed entirely outside the U.S.) Paragraph (b)(3) FAR 52.203-15 (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) Paragraph (b)(4) FAR 52.204-10 (Applicable over $25,000, unless for classified or to an individual) Paragraph (b)(5) FAR 52.204-11 (Applicable when Recovery Act funds are used) Paragraph (b)(6) FAR 52.209-6 (Applicable to contracts over $30,000, not to subcontracts for the acquisition of commercially available off-the-shelf items) Paragraph (b)(7) FAR 52.209-9 (Applicable to solicitations and contracts over $500,000 and contracts where the offeror has checked "has" in paragraph (b) clause 52.209-7) Paragraph (b)(8) FAR 52.209-10 (Applicable to all solicitations and contracts for the acquisition of products and services (including construction) unless waived IAW FAR 9.108-4) Paragraph (b)(9) FAR 52.219-3 (Applicable for acquisitions that are set aside for HUBZone small business concerns under 19.1305 or 19.1306). Paragraph (b)(10) FAR 52.219-4 (Applicable to acquisitions conducted using full and open competition. The clause shall not be used in acquisitions that to not exceed the simplified acquisition threshold). Paragraph (b)(12) FAR 52.219-6 (Applicable to total small business set-asides) Alternate I - (Applicable when the acquisition is for a product in a class for which the Small Business Administration has waived the nonmanufacturer rule) Alternate II - (Applicable when including FPI in the competition in accordance with FAR 19.504) Paragraph (b)(13) FAR 52.219-7 (Applicable to partial small business set-asides) Alternate I - (Applicable when the acquisition is for a product in a class for which the Small Business Administration has waived the nonmanufacturer rule) Alternate II - (Applicable when including FPI in the competition in accordance with FAR 19.504) Paragraph (b)(14) FAR 52.219-8 (Applicable to orders exceeding the Simplified Acquisition Threshold except when performed entirely outside of the United States and its outlying areas or personal services) Paragraph (b)(15) FAR 52.219-9 (Applicable to orders over $550,000) Alternate I - (Applicable to sealed bidding) Alternate II - (Applicable when contracting by negotiation, and subcontracting plans are required with initial proposals as provided for in 19.705-2(d) Alternate III - (Applicable over $550,000 and when the contracting action will not be reported in the Federal Procurement Data System) Paragraph (b)(16) FAR 52.219-13 (Applicable to solicitations and contracts if an order or orders are to be set aside for any of the small business concerns identified in 19.000(a)(3)) Paragraph (b)(17) FAR 52.219-14 (Applicable for supplies, services, and construction, if any portion of the requirement is to be set aside for small business and the contract amount is expected to exceed $100,000). Paragraph (b)(18) FAR 52.219-16 (Applicable in all solicitations and contracts containing the clause at 52.219-9, Small Business Subcontracting Plan, or the clause with its Alternate I or II.) Paragraph (b)(19) FAR 52.219-23 (Applicable when the circumstances in 19.1101 and 19.1102 apply) (In accordance with DDP Memo dated 12 Mar 2010, DAR Tracking Number 2010-O0006, Immediate Cessation of the Use of Price Evaluation Adjustment for Small Disadvantaged Businesses, this clause is suspended in DoD. Effective until incorporated into the FAR or DFARS or until rescinded.) Alternate I (Applicable when the contracting officer determines that there are no small disadvantaged business manufacturers that can meet the requirements of the solicitation) Paragraph (b)(20) FAR 52.219-25 (Applicable when the extent of participation of SDB concerns in performance of the contract is considered) Paragraph (b)(21) FAR 52.219-26 (Applicable when contracting by negotiation and the clause at 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, a clause substantially the same as the clause at 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting, are authorized (see 19.1203)). Paragraph (b)(22) FAR 52.219-27 (Applicable in solicitations and contracts for acquisitions under 19.1405 and 19.1406) Paragraph (b)(23) FAR 52.219-28 (Applicable in solicitations and contracts exceeding the micro-purchase threshold when the contract will be performed in the United States or its outlying areas). Paragraph (b)(24) FAR 52.219-29 (Applicable to solicitations and contracts for acquisitions set aside for economically disadvantaged women-owned small business concerns) Paragraph (b)(25) FAR 52.219-30 (Applicable to solicitations and contracts for acquisitions that are set aside for women-owned small business concerns) Paragraph (b)(26) FAR 52.222-3 (Applicable above the micro-purchase threshold, when the contract will be performed in the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands) Paragraph (b)(27) FAR 52.222-19 (Applicable to all solicitations and contracts for the acquisition of supplies that are expected to exceed the micro-purchase threshold) Paragraph (b)(28) FAR 52.222-21 (Applicable when a contract is contemplated that will include the clause at 52.222-26, Equal Opportunity) Paragraph (b)(29) FAR 52.222-26 (Applicable only if workers were recruited within the United States) Paragraph (b)(30) FAR 52.222-35 (Applicable to any order of $100,000 or more) Paragraph (b)(31) FAR 52.222-36 (Applicable to any order over $2,500 if workers were recruited in the United States) Paragraph (b)(32) FAR 52.222-37 (Applicable to any order of $100,000 or more if workers were recruited within the United States) Paragraph (b)(33) FAR 52.222-40, (Applicable to solicitations and contracts for commercial items except under the simplified acquisition threshold, for work performed exclusively outside the U.S., or covered in their entirety by an exemption) Paragraph (b)(34) FAR 52.222-54, (Applicable to solicitations and contracts exceeding the Simplified Acquisition Threshold, performed in the U.S., and the period of performance is longer than 120 days.) Paragraph (b)(35) FAR 52.223-9, (Applicable to solicitations and contracts exceeding $100,000 that include the provision at 52.223-4) (Not applicable to the acquisition of commercially available off-the-shelf items.) Alternate I - (Applicable If technical personnel advise that estimates can be verified) (Not applicable to the acquisition of commercially available off-the-shelf items.) Paragraph (b)(36) FAR 52.223-15, (Applicable to solicitations and contracts for products listed in the ENERGY STAR® Program or FEMP) Paragraph (b)(37) FAR 52.223-16, (Applicable to all solicitations and contracts for personal computer products, services requiring furnishing of personal computer products for use by the Government, or Contractor operation of Government-owned facilities, unless an exception IAW 23.705(c) has been approved) Alternate I - (Applicable when there are sufficient EPEAT Silver registered products to meet agency needs) Paragraph (b)(38) FAR 52.223-18 (Applicable to all solicitations and contracts) Paragraph (b)(39) FAR 52.225-1 (Applicable to solicitations and contracts for supplies with a value exceeding $2,500 but not exceeding $25,000 and in those exceeding $25,000 if none of the clauses prescribed in paragraphs (b) and (c) of FAR 25.1101 apply, except if--(I) the solicitation is restricted to domestic end products, (ii) the acquisition is for supplies for use within the United States and an exception to the Buy American Act applies (e.g., nonavailability or public interest); or (iii) the acquisition is for supplies for use outside the United States and an exception to the Balance of Payments Program applies). Paragraph (b)(40) FAR 52.225-3 (Applicable in solicitations and contracts with a value exceeding $25,000 but less than $193,000, unless -- (I) the acquisition is for the supplies, or for services involving the furnishing of supplies, for use outside the United States, and the value is less than the simplified acquisition threshold; or (ii) the acquisition is exempt from the North American Free Trade Agreement and the Israeli Trade Act (see 25.401) Alternate I, (Applicable if acquisition value is $25,000 but less than $50,000) Alternate II, (Applicable if the acquisition value is $50,000 or more but less than $64,786) Alternate III (Applicable if the acquisition value is $77,494 or more but is less than $100,000) Paragraph (b)(41) FAR 52.225-5 (Applicable solicitations and contracts valued at $193,000 or more, if the Trade Agreements Act applies (see 25.401 and 25.403) and the agency has determined that the restrictions of the Buy American Act or Balance of Payments Program are not applicable to U.S.-made end products, unless the acquisition is to be awarded and performed outside the United States in support of a contingency operation or a humanitarian or peacekeeping operation and does not exceed the increased simplified acquisition threshold of $200,000). Paragraph (b)(42) FAR 52.225-13 (Applicable in solicitations and contracts with a value exceeding $2,500). Paragraph (b)(43) FAR 52.226-4 (Applicable in solicitations and contracts for acquisitions that are set-aside for a Disaster or Emergency Area under 26.203(a). Paragraph (b)(44) FAR 52.226-5 (Applicable in all solicitations and contracts that contain the provision at 52.226-3. Paragraph (b)(45) FAR 52.232-29 (Applicable to all orders issued hereunder) Paragraph (b)(46) FAR 52.232-30 (Applicable to all orders issued hereunder) Paragraph (b)(47) FAR 52.232-33 (Applicable when payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information) Paragraph (b)(48) FAR 52.232-34 (Applicable when payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information) Paragraph (b)(49) FAR 52.232-36 (Applicable payment under a written contract will be made by a charge to a Government account with a third party such as a Government wide commercial purchase card) Paragraph (b)(50) FAR 52.239-1 (Applicable to information technology which require security of information technology, and/or are for the design, development, or operation of a system of records using commercial information technology services or support services) Paragraph (b)(51) FAR 52.247-64 (Applicable when ocean transportation of supplies subject to the Cargo Preference Act of 1954 may be involved) Alternate I - (Applicable if an applicable statute requires, or if it has been determined under agency procedures, that the supplies to be furnished under contracts shall be transported exclusively in privately owned U.S.-flag commercial vessels) (see 47.502(a)(1) and 47.503(b)) Paragraph (c)(1) FAR 52.222-41 (Applicable when the order is subject to the Service Contract Act of 1965) Paragraph (c)(2) FAR 52.222-42 (Applicable when the order is subject to the Service Contract Act of 1965 - Blanks shall be completed in the individual order) Paragraph (c)(3) FAR 52.222-43 (Applicable when expected to be a fixed-price service contract containing the clause at 52.222-41, Service Contract Act of 1965, as amended, and is a multiple year contract or is a contract with options to renew which exceeds the simplified acquisition threshold) Paragraph (c)(4) FAR 52.222-44 (Applicable when the order exceeds $100,000 and is a fixed price service contract and paragraph (c)(1) FAR 52.222-41, applies) Paragraph (c)(5) FAR 52.222-51 (Applicable when the Service contract Act does not apply) Paragraph (c)(6) FAR 52.222-53 (Applicable when the Service contract Act does not apply) Paragraph (c)(7) FAR 52.226-6 (Applicable to solicitations and contracts over $25,000 for the provision, service, or sale of food in the United States) Paragraph (c)(8) FAR 52.237-11 (Applicable in solicitations and contracts for the provision of services that involve business operations conducted in U.S. coins and currency, including vending machines, on any premises owned by the United States or under the control of any agency or instrumentality of the United States) 52.213-1 FAST PAYMENT PROCEDURE (MAY 2006) (IAW FAR 13.404, FAR 16.703(c)(1)(vi)) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) (IAW FAR 19.309(d)) (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________. [Contractor to sign and date and insert authorized signer's name and title]. 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (IAW FAR 22.810(a)(1)) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) (IAW FAR 22.810(e)) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) (IAW FAR 22.1408(a)) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) (IAW FAR 22.1705(a)) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (IAW FAR 23.1105) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (IAW FAR 25.1103(a)) 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) (IAW FAR 32.806(a)(1)) 52.232-25 PROMPT PAYMENT (OCT 2008) (IAW FAR 32.908(c)) (a) Invoice payments- (5) Computing penalty amount. The Government will compute the interest penalty in accordance with the Office of Management and Budget prompt payment regulations at 5 CFR part 1315. (i) For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance is deemed to occur constructively on the **** day (unless otherwise specified in this contract) after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. If actual acceptance occurs within the constructive acceptance period, the Government will base the determination of an interest penalty on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102) 52.233-1 DISPUTES (JUL 2002) (IAW FAR 33.215) 52.233-3 PROTEST AFTER AWARD (AUG 1996) (IAW FAR 33.106(b)) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (IAW FAR 33.215(b)) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010) (IAW FAR 44.403) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (IAW FAR 52.107(b)) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) (IAW FAR 53.111) DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFAR 252.204-7000 Disclosure of Information (Dec 1991) DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFAR 252.204-7004 Alt A, Central Contractor Registration (Sept 2007) DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFAR 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFAR 252.211-7003 Item Identification and Valuation. As prescribed in 211.274-6(a), use the following clause: ITEM IDENTIFICATION AND VALUATION (JUN 2011) (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD unique item identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/ Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________________ (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ____. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) DFAR 252.211-7003 Alt 1, Item Identification and Valuation (Aug 2008) DFAR 252.212-7000, Offeror Reps and Certs - Commercial DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As prescribed in 212.301(f)(iii), use the following clauses as applicable: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAY 2013) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. __X__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) __X__ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (2) _____252.203-7003, Agency Office of the Inspector General (DEC 2012)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509). (3) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (AUG 2012) (15 U.S.C. 637). (5) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) __x__ 252.225-7001, Buy American and Balance of Payments Program (DEC 2012) (41 U.S.C. chapter 83, E.O. 10582). (ii) ____Alternate I (OCT 2011) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013) (10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (MAR 2013) (10 U.S.C. 2533b). (9) __X__ 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) (10 U.S.C. 2533a). (10) __X__ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). (12) _____252.225-7017, Photovoltaic Devices (DEC 2012) (Section 846 of Pub. L. 111-383). (13)(i) ____ 252.225-7021, Trade Agreements (DEC 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (OCT 2011) of 252.225-7021. (iii) ____Alternate II (OCT 2011) of 252.225-7021. (14) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (15) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (16)(i) ____ 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (DEC 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUN 2012) of 252.225-7036. (iii) ___ Alternate II (NOV 2012) of 252.225-7036. (iv) ___ Alternate III (JUN 2012) of 252.225-7036. (v) ___ Alternate IV (NOV 2012) of 252.225-7036. (vi) ___ Alternate V (NOV 2012) of 252.225-7036. (17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) ____ 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (19) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (20) ____ 252.227-7013, Rights in Technical Data-Noncommercial Items (MAY 2013), if applicable (see 227.7103-6(a)). (21) ____ 252.227-7015, Technical Data-Commercial Items (MAY 2013) (10 U.S.C. 2320). (22) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c). (23) __X__ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (24) ____ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (25) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (26) __X__ 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410). (27) ____252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (28) ____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (29)(i) __X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (30) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (31) ____ 252.247-7027, Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L. 110-417). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data-Noncommercial Items (MAY 2013), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data-Commercial Items (MAY 2013), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) DFAR 252.223-7004 Drug-Free Workforce (Sep 1988) DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.225-7036 Buy America Act - Free Trade Agreement - Balance of Payments Program (July 2009) DFAR 252.227-7037 Validation of Restrictive Markings on Technical Data (Nov 1995) DFAR 252.232-7010 Levies on Contract Payments (Dec 2006) DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFAR 252-247-7022 Representation of Extent of Transportation of Supplies by Sea (Aug 1992) DFAR 252-247-7023 Transportation of Supplies by Sea (May 2002) AFFARS 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Primary: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Alternate: Mr Michael Sarkovitz AFNWC/XP E-Mail: michael.sarkovitz@kirtland.af.mil Phone: (505) 846-6443 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Base Entry WARRANTY-SUPPLIES: ITEMS OFFERED ARE WARRANTED FOR A PERIOD OF __________ AGAINST DEFECTS IN WORKMANSHIP AND METERIALS. WARRANTY BEGINS UPON _____________________. NOTE: OFFEROR, IF OTHER THAN MANUFACTURER, HERBY CERTIFIES BY SUBMISSION OF AN OFFER THAT ALL TERMS AND CONDITIONS OF THE MANUFACTURER'S WARRANTY ARE TRANSFERRABLE TO THE GOVERNMENT. OFFERORS: RESPOND TO ENTIRE REQUEST; IT CONTAINS IMPORTANT INFORMATION USED TO EVALUATE QUOTES. FAILURE TO INCLUDE ALL REQUIRED DOCUMENTATION/INFORMATION MAY RENDER YOUR OFFER NONRESPONSIVE. ARE ITEMS ON GSA SCHEDULE? ______ YES/ ______ NO? GSA CONTRACT NO: ________________ EXPIRATION DATE: ____________. ____OFFEROR IS AN AUTHORIZED USER OF GSA CONTRACT FOR __________________ (GSA VENDOR NAME). PLEASE PROVIDE COPY OF GSA CONTRACT OR APPLICABLE EXCERPTS. THIS QUOTE IS GOOD FOR ______ DAYS. _______ FOB DESTINATION _______ FOB ORIGIN, ESTIMATED SHIPPING/HANDLING CHARGES ARE tiny_mce_marker_________. SHIPPING ORIGIN IS _______________________. Attachments Radio Frequency Chamber Shielding Statement of Work Posted Date: 26 August 2013 Description: Attachment 1: Radio Frequency Chamber Shielding Statement of Work Contracting Office Address: AFNWC/PZIB 8500 Gibson SE, Bldg 20202 Kirtland AFB, New Mexico 87117-5606 United States Place of Performance: Kirtland AFB Kirtland AFB, New Mexico 87117 United States Primary Point of Contact.: Susan Myers susan.myers@kirtland.af.mil Phone: 5058538094
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a20a7f2c1ab76897494717e53ff8ddc6)
 
Place of Performance
Address: 8500 Gibson Blvd SE, Bldg. 20202, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03162605-W 20130828/130826235608-a20a7f2c1ab76897494717e53ff8ddc6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.