Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

23 -- Department of Veterans Affairs - Emergency Pharmacy Trailer - Combined Synopsis/ Solicitation

Notice Date
3/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services(QMA), 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
QMAA-F0-110002-N
 
Archive Date
8/22/2011
 
Point of Contact
Craig Walsh, Phone: 703-605-2864, Laurel A. Weiskopf, Phone: 703-605-5721
 
E-Mail Address
craig.walsh@gsa.gov, laurel.weiskopf@gsa.gov
(craig.walsh@gsa.gov, laurel.weiskopf@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Veterans Affairs Combined Synopsis/Solicitation Description I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under Subpart 13.5, Simplified Acquisition Procedures, Test Program for Certain Commercial Items and as supplemented with additional information in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. II. The solicitation number is QMAA-F0-110002-N and is being issued as a request for proposal. Proposal Instructions are at Attachment 1 page 14. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49, January 24, 2011. IV. The NAICS code is 336211 with a size standard of 1,000 employees. Contract line item numbers: 888.1 Trailer 1 each Emergency Pharmacy Trailer (EPT) 888.2 Option 1 each Option for up to 4 additional trailers The Purchase Description for the VA EMERGENCY PHARMACY TRAILER is at Attachment 2. V. First production trailer is required 240 days after receipt of order to include delivery. If option is exercised, delivery of up to four option quantity trailers is required 240, 270, 300 and 330 days ARO (After Receipt of Option). Delivery is FOB: Destination to Emergency Pharmacy Service (EPS), 1st Ave, 1 block North of Cermak Rd, Hines, IL, 95389. Inspection and acceptance are at origin. VI. The provision of 52.212-1, (See D.1), Instruction to Offers-Commercial Items, applies to this acquisition. See Attachment 1 for addenda. VII. The provision of 52.212-2 (See E.4), Evaluation-Commercial Items, applies to this acquisition (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Technical Capability b. Corporate Experience c. Management d. Past Performance e. Price VIII. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (See D.6) IX. The provision of 52.2212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (See C.1) NOTE: This document is printed on both sides of each page. X. The provision of 52.212-5, Contract Terms and Conditions Required To Implement Statutes and Executive Orders-Commercial Items, applies to this acquisition. (See C.8) XI. All responsible sources may submit a proposal by 2:00 PM Eastern Daylight Savings Time on April 19, 2011. Proposals received after that time will not be considered. Contractors must be CCR registered prior to award and must be registered in ORCA. To register, go to www.bpn.gov and orca.bpn.gov No numbered notes are associated with this acquisition. XII. The points of contact for this acquisition are: Craig Walsh, Contract Specialist, at craig.walsh@gsa.gov and Laurel Weiskopf, Contracting Officer, at laurel.weiskopf@gsa.gov All questions regarding this acquisition must be submitted to Craig Walsh at the e-mail address listed above no later than April 12, 2011. Attachment 1: Addenda to 52.212-1, Instructions to Offerors GSA Federal Acquisition Service March 22, 2011 Dear Prospective Offeror: The General Services Administration (GSA), Federal Acquisition Service appreciates your interest in Solicitation QMAA-F0-110002-N for one (1) EMERGENCY PHARMACY TRAILER (EPT), with an option to purchase up to four (4) additional trailers This solicitation is being released via the Internet through the FedBizOpps site at: www.fbo.gov. In order to conduct this procurement most effectively, all notices and postings will be made at this location. Please be aware that the solicitation, questions and answers, comments, or any other information will not be disseminated in any other format. Be sure you check the web site regularly for any amendments. We suggest that you also bookmark GSA's Automotive Acquisition Support Division's web site as it contains information of interest associated with Automotive programs: www.gsa.gov/automotive Offerors are encouraged to submit a complete offer. Offerors should propose their best price with their initial offer, as it is GSA's goal to award without discussions. Note that substantially incomplete offers maybe be rejected. Should you have any questions, please contact me at 703.605.5721. I look forward to receiving your proposal! Sincerely, /signed/ Laurel Weiskopf Contracting Officer Automotive Acquisition Support Division (QMAA) COVER PAGE CLAUSES DEFINITE QUANTITY CONTRACT FOR Department of Veterans Affairs EMERGENCY PHARMACY TRAILER QMAA-F0-110002-N NAICS CODE: 336112 (Light Truck and Utility Vehicle Manufacturing) FSC Group: 2320 Small Business Size Standard - 1,000 employees CONTRACT PERIOD: Date of award for one calendar year. Offers should be forwarded to the following address: GENERAL SERVICES ADMINISTRATION Solicitation: QMAA-F0-110002-N Bid Room, Room 1065 7th & D Streets, SW Washington, DC 20407-0000 Phone: 202.708.5961 CP.1 CP-FSS-1-B (APR 1993) Solicitation No. QMAA-F0-110002-N DEFINITE QUANTITY CONTRACT FOR FSC CLASS 2320 - Veterans Administration EMERGENCY PHARMACY TRAILER ANY INFORMATION THAT MAY BE DESIRED ON THIS PARTICULAR SOLICITATION CAN BE OBTAINED FROM THE ISSUING OFFICE ADDRESS SHOWN HEREIN. CP.2 CP-FSS-3 NOTICE: REQUESTS FOR EXPLANATION OR INFORMATION (MAR 1996) Oral or written requests for explanation or information regarding this solicitation should be directed to: GENERAL SERVICES ADMINISTRATION ATTN: CRAIG WALSH (QMAA) 2200 Crystal Drive, Suite 1006 Arlington, VA 22202 Craig.Walsh@gsa.gov or Phone: 703.605.2864 IMPORTANT: DO NOT ADDRESS OFFERS, MODIFICATIONS OR WITHDRAWALS TO THE ABOVE ADDRESS. THE ADDRESS DESIGNATED FOR RECEIPT OF OFFERS IS CONTAINED ELSEWHERE IN THIS SOLICITATION. MAIL OR OVERNIGHT YOUR OFFERS BY 2:00 P.M. EASTERN TIME,APRIL 19, 2011 TO: GENERAL SERVICES ADMINISTRATION Solicitation: QMAA-F0-110002-N Bid Room, Room 1065 7th & D Streets, SW Washington, DC 20407-0000 Phone: 202.708.5961 CP.3 CP-FSS-4-A SOLICITATION COPIES (MAR 1996) (a) To reduce Government costs, only one copy (either paper copy or diskette) of this solicitation is provided to addressees on our bidders' mailing list. If additional paper copies are required (see 52.212-1, Instructions to Offerors--Commercial Items and its addendum for number of copies to be submitted), you may reproduce them yourself, provided they are complete in every respect*, or you may obtain them from the address specified below: GENERAL SERVICES ADMINISTRATION ATTN: CRAIG WALSH (QMAA) 2200 Crystal Drive, Suite 1006 Arlington, VA 22202 Craig.Walsh@gsa.gov or Phone: 703.605.2864 (b) Offerors are strongly urged to use two-sided copying of offers for submission to GSA. EXCEPTION: Oversized blueprints, drawings, or similar documents which are incorporated by reference in and attached (folded) to the solicitation are not required to be duplicated for the purpose of submitting a duplicate copy of the offer to GSA. CP.4 CP-FSS-6 ELECTRONIC DATA INTERCHANGE (EDI) ORDERING (JAN 1994) Offerors are advised that the Federal Acquisition Service is expanding use of electronic communications to exchange business documents. The Placement of Orders clause contained in this contract provides that orders may be placed using Electronic Data Interchange (EDI) procedures. CP.5 CP-FSS-20 SECURITY EXAMINATION OF HAND-DELIVERED OFFERS (JAN 1998) (a) Offerors are advised that an offer in response to this solicitation is subject to physical examination, x-ray, or other inspection prior to acceptance at the location designated for receipt of offers. Inspection may be conducted by Government personnel or others acting on behalf of the Government. Any offer received at the address designated for receipt of offers after the date and time specified elsewhere in this solicitation for receipt of offers shall be processed in accordance with the late offers provision of this solicitation. (b) For any hand delivered offer, whether delivered by the offeror or a courier service, the offeror must allow sufficient time to accommodate inspection by designated security personnel. To facilitate this security inspection, initial delivery to an alternate office shall be required prior to final delivery by the offeror to the address designated for receipt of offers. (CAUTION: Delivery to the security inspection point does not constitute timely delivery for receipt of offers.) (c) The office providing security inspection is located at the following address: See NOTICE CONCERNING SOLICITATION- GSA BID ROOM on page 4. Table of Contents COVER PAGE CLAUSES 4 CP.1 CP-FSS-1-B (APR 1993)............................................................................4 CP.2 CP-FSS-3 NOTICE: REQUESTS FOR EXPLANATION OR INFORMATION (MAR 1996) 4 CP.3 CP-FSS-4-A SOLICITATION COPIES (MAR 1996) 5 CP.5 CP-FSS-6 ELECTRONIC DATA INTERCHANGE (EDI) ORDERING (JAN 1994) 5 CP.5 CP-FSS-20 SECURITY EXAMINATION OF HAND-DELIVERED OFFERS(JAN 1998) 5 PROPOSAL CHECKLIST 9 SECTION A - STANDARD FORM 1449 11 SUMMARY OF OFFER................................................................................................12 SECTION B - SCHEDULE OF ITEMS 13 B.1 SCHEDULE OF ITEM DEFINITIONS 13 B.2 PRICING 13 B.3 PURCHASE DESCRIPTION FOR EMERGENCY PHARMACY TRAILER.............. ATTACHMENT 2 Pages 18-79..................................................................14 SECTION C - SOLICITATION CONTRACT CLAUSES C.1 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JUN 2010).........................................................................................................80 C.2 52.203-3 GRATUITIES (APR 1984) 83 C.3 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) 84 C.4 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEPT 2006) 84 C.5 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 85 C.6 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2011) 85 C.7 52.215-6 PLACE OF PERFORMANCE (OCT 1997) 90 C.8 52.216-18 ORDERING (OCT 1995) (DEVIATION II -- FEB 2007) 90 C.9 52.216-19 ORDER LIMITATIONS (OCT 1995) 90 C.10 52.216-20 DEFINITE QUANTITY (OCT 1995) 91 C.11 52.217-7 OPTION FOR INCREASED QUANTITY- SEPARATELY PRICED LINE ITEMS (MAR 1989)........................................................................................ 91 C.12 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) 91 C.13 52.222-6 TRADE AGREEMENTS CERTIFICATE (JAN 2005) 91 C.14 52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001) 92 C.15 52.223-18 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (SEP2010)..............................................................................................92 C.16 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003) 93 C.17 52.232-17 INTEREST (JUN 1996) (DEVIATION -- MAY 2003) 93 C.18 52.232-19 AVAILABILITY OF FUNDS FORTHE NEXT FISCAL YEAR (APR 1984) (DEVIATION -- MAY 2003) 94 C.19 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999) 94 C.20 52.233-1 DISPUTES (JUL 2002) 94 C.21 52.233.2 SERVICE OF PROTEST (SEP 2006)................................................95 C.22 52.242-13 BANKRUPTCY (JUL 1995) 96 C.23 52.242-15 STOP WORK ORDER (AUG1989)................................................96 C.24 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 97 C.25 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 97 C.26 52.247-34 F.O.B. DESTINATION (NOV 1991) 98 C.27 552.211-72 REFERENCES TO SPECIFICATIONS IN DRAWINGS (FEB 1996) 99 C.28 552.211-75 PRESERVATION, PACKAGING, AND PACKING (FEB 1996) 99 C.29 552.211-77 PACKING LIST (FEB 1996) 99 C.30 552.211-82 NOTICE OF SHIPMENT (FEB 1996) 100 C.31 552.212-71 CONTRACT TERMS AND CONDITIONS APPLICABLE TO GSA ACQUISITION OF COMMERCIAL ITEMS (JUL 2003) 100 C.32 552.212-72 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO GSA ACQUISITION OF COMMERCIAL ITEMS (SEP 2003) 100 C.33 552.216-71 ECONOMIC PRICE ADJUSTMENT--STOCK AND SPECIAL ORDER PROGRAM CONTRACTS (SEP 1999) (ALTERNATE I--SEP 1999) 101 C.34 552.216-72 PLACEMENT OF ORDERS (SEP 1999) (ALTERNATE I--SEP 1999) 101 C.35 552.216-73 ORDERING INFORMATION (SEP 1999) (ALTERNATE I--SEP 1999) 102 C.36 552.217-71 NOTICE REGARDING OPTION(S) (NOV 1992) 102 C.37 552.246-71 SOURCE INSPECTION BY GOVERNMENT (JUN 2009) 102 C.38 D-FSS-478 DECALS, STICKERS, AND DATA PLATES (APR 1984) 104 C.39 D-FSS-479 GSA FORM 1398 (AUG 1993) 104 C.40 E-FSS-514 PRODUCTION AND INSPECTION POINT(S) (JUN 1990) 104 C.41 F-FSS-200-B DELIVERY--F.O.B. DESTINATION (MAY 1991) 104 C.42 F-FSS-285 WAIVER OF DELIVERY SCHEDULE (APR 1984) 105 C.43 F-FSS-290 DELIVERY HOURS (APR 1984) 105 C.44 F-FSS-706 COMMERCIAL DRIVEAWAY (APR 1984) 105 C.45 F-FSS-742 NOTICE OF SHIPMENT (MAR 1996) 105 C.46 F-FSS-755 IDENTIFICATION OF VEHICLES (OCT 1988) 105 C.47 G-FSS-900-A CONTACT FOR CONTRACT ADMINISTRATION (JAN 1994)...105 C.48 G-FSS-914-B CONTRACTOR'S REMITTANCE (PAYMENT) ADDRESS (SEP 1996) 105 C.49 H-FSS-582 EVIDENCE OF SHIPMENT OF MANUALS (OCT 1988) 106 C.50 I-FSS-168 OPTION TO EXTEND THE TERM OF THE CONTRACT (JUN 1996) 106 C.51 I-FSS-644 DEALERS AND SUPPLIERS (OCT 1988) 106 C.52 I-FSS-880-A STATEMENT OF ORIGIN (APR 1984) 106 C.53 I-FSS-965 INTERPRETATION OF CONTRACT REQUIREMENTS (APR 1984) 107 C.54 FAP-525 FIRST PRODUCTION VEHICLE (APR 1984) 107 SECTION D - INSTRUCTIONS TO OFFERORS 107 D.1 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS (JUN 2008) 107 ADDENDUM TO 52.212-1 - ADDITIONAL OFFER SUBMITTAL INSTRUCTIONS 111 D.2 IMPORTANT NOTICE 111 D.3 PROPOSAL INSTRUCTIONS 101 D.4 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 114 D.5 52.204-9 PERSONAL IDENTITY VERIFICATION OFCONTRACTOR PERSONNEL (SEP 2007) 115 D.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2011) 115 D.7 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 123 D.8 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991) 123 D.9 52.216-1 TYPE OF CONTRACT (APR 1984) 123 D.10 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) (ALTERNATEI APR 2002) 123 D.11 52.223-4 RECOVERED MATERIAL CERTIFICATION (OCT 1997) 125 D.12 52.225-18 PLACE OF MANUFACTURE (SEP 2006) 125 D.13 52.232-15 PROGRESS PAYMENTS NOT INCLUDED (APR 1984) 125 D.14 A-FSS-2-D (OCT 1988) 125 D.15 A-FSS-12-A PERIOD FOR ACCEPTANCE OF OFFERS (MAR 1996) 125 D.16 A-FSS-13-B PAYMENT TERMS (SEP 1999) 125 D.17 K-FSS-1 AUTHORIZED NEGOTIATORS (MAR 1998) 126 D.18 L-FSS-59 AWARD (APR 1984) 126 D.19 L-FSS-490 UNSOLICITED SAMPLES, DESCRIPTIVE LITERATURE, OR BRAND NAME REFERENCES (APR 1984) 126 SECTION E - EVALUATIONS 126 E.1 52.233-2 SERVICE OF PROTEST (SEP 2006) 126 E.2 552.217-70 EVALUATION OF OPTIONS (AUG 1990) 126 E.3 EVALUATION CRITERIA......................................................................126 E.4 52.212.2 EVALUATION-COMMERCIAL ITEMS (JAN 1999)................................... 126 E.5 M-FSS-301-A METHOD OF AWARD (APR 1984) 127 PROPOSAL CHECKLIST This proposal checklist is to assist Offerors in ensuring that proposals are complete. A copy of this completed checklist must be submitted with your offer. Prior to preparation of your offer, be sure to read the entire solicitation. Detailed preparation instructions can be found in section D of this solicitation. Offers shall be prepared and submitted in the format outlined below, beginning with Section I and ending with Section III. ATTENTION: the following documents below must be completed and the Purchase Description paragraphs filled in prior to submitting your proposal. Using the proposal checklist will help you submit a complete proposal. Please read the entire solicitation to ensure all of the documents and fill-in paragraphs are successfully completed. NOTE: substantially incomplete offers maybe rejected. Items to Include (See Instructions section D.2 and D.3) Included/ Completed GSA Use Proposal Checklist Signed and dated 1449 Summary of Offer Copy of completed solicitation in its entirety (p.4-127) The following sections in the solicitation require your completion: B.3 Purchase Description for EMERGENCY PHARMACY TRAILER Paragraph 3.4.8 Hubodometer Paragraph 3.5.4.2 Tires Paragraph 3.5.7 Leveling and Stabilization System Paragraph 3.5.8.2.2 Ballistics Protection Paragraph 3.5.8.4 Finish Flooring Paragraph 3.5.8.5 Ceiling and Wall Finish Paragraph 3.5.8.6 Interior Wall Construction Paragraph 3.5.8.7 Roof System Paragraph 3.5.8.12 Windows Paragraph 3.5.8.15 Compartment Door Construction Paragraph 3.5.12 Awnings Paragraph 3.6.1 Staff Sleeping Area-Couches Paragraph 3.6.2.1 Galley Areas -Galley Cabinets Paragraph 3.6.2.2 Refrigerators Paragraph 3.6.2.3 Microwave Paragraph 3.6.2.4 Coffee Maker Paragraph 3.6.2.5 Overhead Cabinets Paragraph 3.6.2.6 Restroom Paragraph 3.6.2.7 Staff Table and Chairs Paragraph 3.6.3.1 Refrigerator and Freezer Paragraph 3.6.3.2 Safe Paragraph 3.6.3.3 Pharmacy Shelving-Fixed/Rolling Paragraph 3.6.3.4 Pharmacy Counter Area Paragraph 3.6.3.5 Customer Pickup/Drop Off Windows Paragraph 3.6.3.6 Shredder Paragraph 3.6.3.8 Pharmacy Area Clerical Task Chairs Paragraph 3.6.3.9 Anti-Fatigue Mats Paragraph 3.6.3.10 Step Ladder for Access to Shelving Paragraph 3.9 Exterior Security System Paragraph 3.13.1 Flat Panel TV Displays Paragraph 3.13.2 Music System/PA System Paragraph 3.13.3 Back Up Camera and Sonar Proximity System Paragraph 3.13.4 CB Radio Paragraph 3.14.1 Air Conditioners Paragraph 3.14.4 Heating System Paragraph 3.16.2.1 Generator Starting High Cycle Battery Paragraph 3.16.2.2 DEEP Cycle Batteries Paragraph 3.16.2.3 Battery Isolator Paragraph 3.16.2.4 Power Converter and Battery Conditioner Paragraph 3.16.2.5 Power Inverter Paragraph 3.16.3.5 Lighting, Interior, 120 VAC Paragraph 3.16.3.8 UPS System Paragraph 3.16.4.1 Diesel Generator Paragraph 3.16.4.3 Grounding LUG Paragraph 3.16.5 Shore Power System 240 VAC Paragraph 3.16.5.1 Multi-Tap Shore Power Input Transformer (200 AMP Input) Paragraph 3.16.5.2 Auto Transfer Switch Paragraph 3.20 Exterior Paint, Graphics and Decals C.3, 52.207-4, Economic Purchase Quantity--Supplies C.7, 52.215-6, Place of Performance C.13, 52.225-6, Trade Agreements Certificate C.35, 552.216-73, Ordering Information C.40, E-FSS-514, Production and Inspection Points C.47, G-FSS-900-A, Contact for Contract Administration C.48, G-FSS-914-B, Contractor's Remittance (Payment) Address C.51, I-FSS-644, Dealers and Suppliers - Please submit items (1) or (2) Items to Include (See Instructions section D.2 and D.3) Included/ Completed GSA Use D.3, Proposal Instructions Section I - Administrative Requirements Solicitation Financial Data CCR ORCA VETS100 Deviations and Exceptions Section II - Technical Proposal - Page Limitations Apply Factor 1 Technical Capability 10 pages Factor 2 Corporate Experience 6 pages Factor 3 Management 5 pages Factor 4 Past Performance 4 pages Section III - Price Proposal Paragraph D.6, Offer Representations and Certifications-Commercial Items Paragraph D.10, 52.219-1, Small Business Program Representations Paragraph D.12, 52.225-18, Place of Manufacture Paragraph D.17, K-FSS-1, Authorized Negotiators SECTION A - STANDARD FORM 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUMBER PAGE 4 OF 127 Offeror to complete blocks 17,30(a), 30(b), & 30(c) 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE QMAA-F0-110002-N 03/22/2011 7. FOR SOLICITATION A. NAME B. TELEPHONE NUMBER (No Collect Calls) 8. OFFER DUE DATE/local time LOCAL TIME INFORMATION CALL: J. Craig Walsh, Jr. Craig.Walsh@gsa.gov 703-605-2864 04/19/2011, 2:00 P.M. EASTERN TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB DESTINATION UNLESS 12. DISCOUNT TERMS 0 UNRESTRICTED BLOCK IS MARKED 0SEE SCHEDULE U.S. General Services Administration 1SET-ASIDE: only % FOR 013a. THIS CONTRACT IS A RATED ORDER Federal Acquisition Service 1SMALL BUSINESS UNDER DPAS (15 CFR 700) Office of Acquisition Operations, Light Vehicles (QMAA) 0HUBZONE SM. BUSINESS BUSINSESS 13b. RATING 2200 Crystal Drive, Suite 1006 08(A) Arlington, VA 22202 NAICS:See Cover Page 14. METHOD OF SOLICITATION SIZE STANDARD:1,000 empl 0RFQ 0IFB 1RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE Emergency Pharmacy Service (EPS) See Block 9 1st Avenue, 1 block North of Cermack Road Hines, IL 60141 17a. CONTRACTOR/OFFEROR OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE Contractor/Offeror Name and Address GSA Financial Operations and Disbursement Branch (BCEB) PO Box 419018 Kansas City, MO 64141 DUNS NUMBER: TIN NUMBER TELEPHONE NO: FAX: 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED: 017b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 0SEE ADDENDUM 19., 20. 21. 22. 23. 24. ITEM NO SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN 0001 Emergency Pharmacy Trailer 1 Each Option to Buy Additional Quantities CLIN 0002 Option 2 A 1 Each Option 2 B 1 Each Option 2 C 1 Each Option 2 D 1 Each (Attach Additional Sheet as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt.Use Only) 127a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA 1ARE 0ARE NOT ATTACHED. 027b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA 0ARE 0ARE NOT ATTACHED. 28. 0 CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. 29. 0 AWARD OF CONTRACT: REFERENCE OFFER DATED. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED SUMMARY OF OFFER Offeror's Name: DUNS Number Tax ID Number: Offeror's Address: Offeror's Telephone: Offeror's Fax: Small Business Small Disadvantaged 8(a) HUBZone Small Business Woman Owned Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Large Business Woman-Owned Large Business Joint Venture Business Type: (Check all that apply) Authorized Negotiators: (List each individual's information & identify primary contact - should match clause K-FSS-1) Name Title Email Phone Fax Primary: Alternate: Alternate: CERTIFICATION By signing below, the Offeror represents that, to the best of their knowledge and belief, the information included in this offer is complete, accurate and true. The undersigned certifies that no changes have been made to the solicitation and that the hard copies submitted with the proposal are identical to the Request for Proposal issued for services under solicitation number QMAA-F0-110002-N. Signature Date SECTION B - SCHEDULE OF ITEMS B.1 SCHEDULE OF ITEM DEFINITIONS ARO: After receipt of order or After Receipt of Option CLIN: Contract Line Item Number DAYS: Calendar days, unless otherwise noted B.2 PRICING Commercial pricing is desired in the format provided below. Offerors must meet the qualifications specified for the products solicited and follow the proposal submission instructions noted in Attachment 1. One Emergency Pharmacy Trailer (EPT) is required 240 days after receipt of order. The solicitation includes options to purchase additional quantities. CLINS 2A, 2B, 2C, 2D represent the option quantities. The option period expires one year after contract award date. This solicitation contains a priced option- please include pricing for CLINS 2A, 2B, 2C, and 2D. Award shall be made to the lowest priced, technically acceptable offer for CLIN 1 only. Award of the option quantity is at the discretion of the government. Option award may be made at anytime from date of award to one year after date of award. Emergency Pharmacy Trailer CLIN Description Brand Name Unit of Issue Commercial Price Time of Delivery ARO Discount Offered Price Offered to Government 1 Emergency Pharmacy Trailer (EPT) 1 Each 240 days After Order 2A Option - EPT 1 Each 240 days After Option 2B Option - EPT 1 Each 270 days After Option 2C Option - EPT 1 Each 300 days After Option 2D Option - EPT 1 Each 330 days After Option B.3 PURCHASE DESCRIPTION FOR: EMERGENCY PHARMACY TRAILER (Pages 18 to 79) (SEE ATTACHMENT 2: PAGES 18-127) PROPOSAL INSTRUCTIONS Read the entire solicitation document prior to preparation of your offer. All offers shall be compiled and submitted as one (1) original offer and one (1) copy. Offerors should retain a copy for their reference. Offerors are strongly urged to use two-sided copying of offers for submission to GSA. In addition, offerors are required to submit an electronic copy of the complete proposal to Craig.Walsh@gsa.gov by the closing date and time. All proposals submitted in response to GSA's Solicitation, QMAA-F0-110001-N, shall be arranged and clearly marked in three separate sections; Section 1 - Administrative Requirements, Section 2 - Technical Proposal, and Section 3 - Price Proposal. The information provided in the proposal (Sections I, II, & III), shall be concise, specific and complete. The instructions below outline the information required in each section. PROPOSALS MUST BE RECEIVED BY 2:00 P.M. EASTERN TIME, April 19, 2011 AT THE FOLLOWING ADDRESS: GENERAL SERVICES ADMINISTRATION Solicitation QMAA-F0-110002-N Bid Room, Room 1065 7th & D Streets, SW Washington, DC 20407-0000 Phone: 202.708.5961 Section I - Administrative Requirements You must submit each of the following as part of your complete package 1. SOLICITATION Submit a complete copy of the entire solicitation, with all requested "fill-in" information completed. A signed Standard Form 1449 with all shaded blocks, as well as any attachments as they are applicable to the offer, must be completed and submitted in Section I. 2. FINANCIAL DATA Offeror must submit information to demonstrate their financial resources in accordance with FAR part 9. The offeror shall include a copy of its audited annual report, an audited consolidated financial statement, or such other information which demonstrates the offeror's financial stability for the past 3 years. Clearly identify current assets, current accounts receivables, and current liabilities in each supporting document submitted for each of the 3 years submitted. The Government may utilize other means to determine financial capability that may require additional financial information be submitted. 3. CENTRAL CONTRACTOR REGISTRATION (CCR) Offeror shall submit proof of registration in the Central Contractor Registration (CCR). The web address for CCR is www.ccr.gov. 4. ONLINE REPRESENTATIONS & CERTIFICATIONS APPLICATION (ORCA) Offeror shall submit proof of registration in the Online Representation & Certifications Application (ORCA). The web address for this application is http://orca.bpn.gov. 5. VETS 100 The U.S. Department of Labor (DOL), Veterans' Employment and Training Service (VETS) annually collects and compiles the Federal Contractor Veterans' Employment Report (VETS-100) from Federal contractors and subcontractors who receive Federal contracts of $100,000 or more. This VETS-100 Report is due annually, on September 30. Offerors shall complete an online submission of the VETS 100 report through the following website: vets.dol.gov/vets100. Offeror shall submit proof of completion of a VETS 100 report. 6. DEVIATIONS and EXCEPTIONS Offerors shall submit a statement indicating that no deviations or exceptions taken to the government's stated technical requirements. If deviations or exceptions to the technical requirements are necessary, must be identified on a separate sheet of paper. All deviations expressed or implied in the offeror's proposal is not acceptable unless it is specifically and explicitly addressed and accepted by the Government. Section II - Technical Proposal The technical proposal section is comprised of factors relating to the offeror's ability to perform. Offerors are highly encouraged to review the Purchase Description, found at Attachment 2, prior to preparing a technical proposal. Offerors shall prepare and compile the information listed under each factor listed below and clearly label the response to each factor. 1. FACTOR 1 - TECHNICAL CAPABILITY Technical Capability is the primary determining factor of an offeror's ability to perform. Offerors shall describe how they meet or plan to meet the requirements in the Purchase Description and contract clauses. Offerors shall submit drawings as instructed (drawings do not count towards page limitations). The Government will review proposals to determine that the offeror has adequately demonstrated an ability to meet the Government's requirements. Offers demonstrating ability to perform will be determined "technically acceptable". Proposals that merely restate the contents of the statement of work of this solicitation will be deemed unacceptable. Any deviations to the technical requirements must be submitted on separate letterhead stationery. Page limit - 10 pages 2. FACTOR 2 - CORPORATE EXPERIENCE Offerors shall submit a narrative description describing their experience in providing similar products over the past two (2) years. Describe at least two (2) projects, similar in size and complexity to the effort contemplated herein and in sufficient detail for the Government to perform an evaluation of the product offered All examples of offered products must be relevant and have been found to be acceptable by the client. At a minimum, the offeror shall provide the following information:  Project/Contract Name  Project Description  Dollar Amount of Project  Project Duration, including the original estimated completion date and the actual completion date  Point of Contact and Telephone Number Projects must include a summary, a detailed description of the work performed and results achieved; proposed and actual milestones, deliverables; explanations for any delays; methodologies, tools and/or processes used in work performance; and problems encountered and corrective actions taken. Offerors with no relevant corporate experience may provide summary descriptions as described above of vehicle solutions projects worked on by current staff members before being employed by the offeror. However, the offeror must clearly and conspicuously state that current staff member experience is being substituted for relevant corporate experience. Offerors who substitute current staff member experience for corporate experience must identify the current staff member as key personnel in their proposal Page limit - 6 pages. NOTE: The Government reserves the right to contact customer references and to use any information discovered in the process of evaluating the offer. In order for the offeror to achieve an "acceptable" rating, the work described in the projects must demonstrate the successful completion of work which was of a similar or greater complexity to the work described in the statement of work and proposed to be accomplished by the offeror. 3. FACTOR 3 - MANAGEMENT CAPABILITIES The offeror shall describe their management approach in narrative format. At a minimum, the offerors shall address the following points: • Identify the key personnel to be assigned to this contract and supply resumes to include technical expertise, background, experience, and current job functions (resumes will not be included in the 5 page limit). • Describe how key personnel will handle production of the vehicle Describe the quality assurance procedures to be employed for this effort and describe what oversight will be provided as it pertains to the solution solicited. Page Limit - 5 Pages 4. FACTOR 4 - PAST PERFORMANCE The Offeror shall demonstrate it has acceptable past performance history in providing similar products solicited and in managing significant projects and contracts of the kind contemplated. Provide three references (names, addresses, current phone, and current email address) that can attest to the offeror's performance in this regard. Page Limit- 4 Pages Section III - Price Proposal PRICE PROPOSAL 5. FACTOR 5- PRICE An evaluation of the Offerors's price proposal will be made to determine if the price offered is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical proposal. Price reasonableness determinations will be made by determining if competition exists and by comparing offered prices with established commercial or GSA pricing Offerors will be evaluated based upon lowest price priced technically acceptable. As technical proposals become more equal in merit, price becomes more important. All proposed pricing shall be submitted as FOB Destination. Pricing shall be clearly stated and Offerors are encouraged to use the pricing template found in Section B.2 for the respective contract line items. Pricing assumptions, if any, should be clearly articulated. ADJECTIVAL RATINGS The following adjectival rating tables shall be used to rate proposals. Table 1 will be used to assign a rating to Factor 1. Table 2 will be used to assign a rating to Factor 2 and Factor 3, and Table 4 will be used to assign a rating to Factor 4. The evaluator will use the appropriate table and select one of the adjectival ratings that most clearly reflect the assessment of the proposal's based on the established evaluation criteria. Price proposals will not receive an adjectival rating. TABLE 1 - Factor 1 - Technical Capability ACCEPTABLE (A) The proposal meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success to meet the quantity, quality, and schedule requirements and little risk that this Offeror would fail. There are no deficiencies, and minor weaknesses. Minor weaknesses need not be corrected to make award. UNACCEPTABLE (U) The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and support the Government seeks for evaluation. The degree of risk is so high that there is little or no likelihood of success. Deficiencies are so major or extensive that a major revision or complete rewrite of the proposal would be necessary. TABLE 2 - Factor 2 - Corporate Experience Factor 3 - Management Capabilities ACCEPTABLE (A) The proposal meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success to meet the quantity, quality, and schedule requirements and little risk that this Offeror would fail. There are no deficiencies, and minor weaknesses. Minor weaknesses need not be corrected to make award. UNACCEPTABLE (U) The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and support the Government seeks for evaluation. The degree of risk is so high that there is little or no likelihood of success. Deficiencies are so major or extensive that a major revision or complete rewrite of the proposal would be necessary. TABLE 3 - Factor 4 - Past Performance SATISFACTORY (S) The past performance record represents that the Offeror is capable of adequately performing the requirement. This rating indicates a low level of performance risk to the Government. NEUTRAL (N) Indicates that the Offerors references could not be verified or that the Offeror lacks relevant past performance experience. UNACCEPTABLE Indicates that the Offeror has historically failed to perform in a satisfactory manner in the fulfillment of like or similar requirements. This rating indicates an unacceptable level of performance risk. Attachment 2 PURCHASE DESCRIPTION VA - EMERGENCY PHARMACY TRAILER Note to Offeror: Offeror shall explicitly and completely identify any and all exceptions taken to the requirements of this specification. Drawings, literature, and any other information submitted with an offer do not constitute a stated or implied exception unless specifically identified in writing as an exception and accepted and implemented by an amendment to the solicitation or modification to a contract. Any exception deemed acceptable by the Government shall only apply to the specific item, requirement, etc. cited, and shall not extend to any other requirement. Offeror offering other than brand name items identified below, when an "or equal" may be acceptable, shall furnish with their offers all technical data information, product descriptions, etc. to ensure that a determination may be made as to the equality of the product(s) offered (see clause titled Brand "Name or Equal" set forth in Section 52.211-6 of the GSA Acquisition Regulations.) 1. SCOPE This product description is for a custom manufactured 53' enclosed type trailer with an expandable side to serve as a mobile pharmacy. The trailer shall be supplied with the following systems and features: electrical power systems, HVAC systems, crew quarters and pharmacy. The OAL of the trailer shall be no longer than 53' and no wider than 102" and shall be based on the final design supplied by the offerors and approved by GSA. The trailer shall be operated by the Veterans Administration (VA) to provide an organized response of personnel and equipment to areas where the requirements to dispense prescription for VA customers have been disrupted by natural or man-made disasters. Operation shall be primarily on paved or improved roads, but shall intermittently encounter unimproved road conditions. The ambient temperature range shall be from -20 deg F to +120 deg F with relative humidity ranging up to 100 percent. 2.0 APPLICABLE DOCUMENTS 2.1 FEDERAL STANDARDS AND CODES • Code of Federal Regulations Title 49 CFR o 393 (FMCSR) o 571 (FMVSS) Application for copies of DOT publication should reference the code of Federal Regulations, 49 CFR, and the Federal Register and should be addressed to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402.) They may also be accessed on the Internet through GPO Access at http://www.access.gpo.gov. 2.2 INDUSTRIAL STANDARDS A. NFPA 70: NATIONAL ELECTRICAL CODE Application for copies of the standard should apply to NFPA, 1 Batterymarch Park, PO Box 9101, Quincy, MA 02269-9101, An International Codes and Standards Organization B. SOCIETY OF AUTOMOTIVE ENGINEERS, INC. • J163 - Low Tension Wiring and Cable Terminals and Splice Clips • J318 - Air Brake Gladhand Service (Control) and Emergency (Supply) Line Couplers - Truck-Tractors, and Trailers • J429 Mechanical and Material Requirements for Externally Threaded Fasteners • J516 - Hydraulic Hose Fittings • J517 - Hydraulic Hose • J537 - Storage Batteries. • J541 - Voltage Drop for Starting Motor Circuits. • J551 - Measurement of Electromagnetic Radiation from Motor Vehicles and Devices. • J553 - Circuit Breakers • J560 - Seven-Conductor Electrical Connector for Truck-Trailer Jumper Cable • SAE J561 Electric Terminals-Eylet and Spade Type • J575 - Tests for Motor Vehicle Lighting Devices & Components. • J576 - Plastic Materials, For Use In Optical Parts Such As Lenses and Reflectors of Motor Vehicle Lighting Devices. • J578 - Color Specification for Electric Signal Lighting Devices. • J595 - Flashing Warning Lamps for Authorized Emergency, Maintenance, and Service Vehicles. • J638 - Test Procedure and Ratings for Hot Water Heaters for Motor Vehicles. • J639 - Safety Practices for Mechanical Vapor Compression Refrigeration Equipment or Systems Used To Cool Passenger Compartment of Motor Vehicles. • J689 - Approach, Departure, and Ramp Breakover Angles. • J682 - Rear Wheel Splash and Stone Throw Protection. • J683 - Tire Chain Clearance • J700- Upper Coupler Kingpin - Commercial Trailer and Semi-trailers • J702 - Brake and Electrical Connection Locations - Truck-Tractor and Truck-Trailer • J771 - Automotive Printed Circuits. • J858 - Electrical Terminals, Blade Type. • J928 - Electrical Terminals, Pin and Receptacle Type. • J994 - Backup Alarms, Performance Test and Application. • J1054 -Warning Lamp, Alternating Flashers. • J1127 -Battery Cable. • J1128 -Low Tension Primary Cable. • J1199 -Mechanical and Material Requirements for Metric Externally Threaded Steel Fasteners • J1292 -Automobile, Truck, Truck-Tractor, Trailer, and Motor Coach Wiring. • J1349 -Engine Power Test Code, Spark Ignition and Diesel. • J1318 -Strobe Warning Lights Applications for copies of SAE publications should be addressed to SAE, Inc., 400 Commonwealth Drive, Warrendale, PA 15096 2.3 OTHER STANDARDS • ASME/ANSI B18.18.1M Inspection and Quality Assurance for General Purpose Fasteners • RP 803-Pre-Service Vehicle Inspection (Published by The Technical and Maintenance Council of the American Trucking Association, 2200 Mill Road, Alexandria, VA 22314) • DOD-STD-3020-97 Specification for HEPA Filters Used By DOE Contractors 2.4 ORDER OF PRECEDNCE In the event of a conflict between the text of this purchase description and the references cited above, the most stringent requirements, as determined by the government, takes precedence. Nothing in this purchase description, however, supersedes applicable state and federal safety laws and regulations and the requirements set forth in the vehicle manufacturer's Bodybuilders and Incomplete Vehicle Manuals. 3.0 REQUIREMENTS Materials shall be as specified herein. When materials are not specified, the trailer and all parts there for shall be furnished to provide the intended function, durability, safety, and maintain good long-term appearance. All materials shall be new, shall be suitable for the intended purpose, and shall be free of any characteristics or defects in material and workmanship, which may affect the performance, function, durability, and serviceability of the finished vehicle, or detract from its appearance. The government reserves the right to make the final determination of the suitability of all components and their arrangement on and in the vehicle. The contractor shall not proceed with first production vehicle manufacture until approval to proceed is given by the government. Offeror shall have documented quality assurance processes to assure compliance with all specification requirements including requirements established by reference, i.e. SAE, FMVSS, etc. Offeror shall submit, with their offer, a copy of their documented processes or procedures. The interior / exterior layout of the body shown in Attachment # 1 shall be used by the offeror as a reference suggested location for major component placement and the requirements herein. The offeror is encouraged to suggest alternative layouts to accomplish better build / design characteristics. The offeror (manufacturers) who respond to this solicitation shall have a minimum of 5 years of engineering, design, and manufacturing experience in providing similar vehicles with equal or greater complexity to the requirements described herein. Offeror shall provide 24 hour/7days per week access to customer service. Offeror shall provide detailed information describing their customer service access. The offeror shall ensure that the application and installation of major subcomponents and systems is compliant with subcomponent vendors' requirements and recommendations. 3.1 TRAILER COMPONENT SPECIFICATIONS The semi-trailer components, assemblies, and accessories to be delivered under the contract shall be standard or optional items, which meet or exceed the requirements of this purchase description. All items shall be as represented in the manufacturer's technical data book. Special or mounted equipment shall be as represented in the equipment manufacturer's technical data. No removal, substitution or alternation of the semi-trailer manufacturer's standard or optional semi-trailer components shall be made. 3.1.1 MATERIALS Materials used shall be free from defects which would adversely affect the performance or maintainability of individual components or of the overall assembly. Materials not specified herein shall be of the same quality used for the intended purpose in commercial practice. Unless otherwise specified herein, all equipment, material, and articles incorporated in the work covered by this specification are to be new and fabricated using materials produced from recovered materials to the maximum extent practicable without compromising the intended use. The term "recovered materials" means materials which have been collected or recovered from solid waste and reprocessed to become a source of raw materials, as opposed to virgin raw materials. Unless otherwise specified, none of the above shall be interpreted to mean that the use of used, repaired, or rebuilt products is allowed under this specification. 3.1.2 PROHIBITED MATERIAL Asbestos materials shall not be used in any form in any part of the semi-trailer. No item, part, or assembly shall contain radioactive materials in which the specific activity is greater than 0.002 micro curie per gram or activity per item equals or exceeds 0.01 micro curie. 3.1.3 DISSIMILAR METALS The use of dissimilar metals shall be avoided whenever practicable. When it is necessary to combine dissimilar metals, a permanent dielectric medium compatible to both metals shall be used to prevent corrosion caused by galvanic action. 3.1.4 FLAME RESISTANCE Flame resistance of all materials shall be in accordance with Federal Motor Vehicle Standard Number 302. 3.1.5 MOLD AND FUNGUS PROTECTION Materials that can support mold or fungus growth shall not be used in any part of the trailer. 3.2 GENERAL DESIGN 3.2.1 ACCESSIBILITY The design of the semi-trailer including installation of optional equipment shall permit access for routine servicing and shall permit access for replacement and adjustment of component parts and accessories with minimal disturbance of other components and systems. 3.2.2 RATINGS The semi-trailer rating shall be the manufacturer's published ratings. Component and semi-trailer rating shall not be raised to meet the requirements of this purchase description. 3.2.3 RADIO INTERFERENCE SUPPRESSION The 12-volt electrical system shall be shielded to limit electromagnetic radiation according to SAE J551 or the most current standard. 3.3 WEIGHT AND PAYLOADS 3.3.1 CURB WEIGHT The curb weight of the semi-trailer shall include the weight of the completed semi-trailer, air conditioners, expandable side section, and all other installed and stowed equipment, accessories and attachments specified herein. The curb weight of the semi-trailer shall not exceed 38,000 pounds maximum in road ready condition. 3.3.2 RATED PAYLOAD The rated payload capacity for the trailer shall be not less than 20,000 pounds. 3.3.3 GROSS VEHICLE WEIGHT RATING The gross vehicle weight rating of the semi-trailer shall be 59,000 pounds minimum. 3.3.4 GVWR ON THE FIFTH WHEEL PLATE The fifth wheel load shall be between 30 and 45 percent of the GVW. 3.4 PERFORMANCE The performance requirements for the semi-trailer shall be met when fully equipped and provisioned with all tank(s) completely filled, completely serviced, and ready for mobile operations coupled to the truck tractor and towed over highways, city streets, and gravel roads. The semi-trailer shall show no actual or impending failure or malfunction of trailer components, structure, body, attachments, accessories or any other item specified herein when towed at speeds up to 70 miles per hour over highways and 35 miles per hour over gravel roads. In addition, the expandable side section, interior floors, leveling jacks, stowage compartments and doors shall be operated as required to verify that no malfunction exists and that road dust will not accumulate in the interior. 3.4.1 TRACKING ABILITY The semi-trailer shall follow a truck tractor at sustained speeds of at least 70 miles per hour (mph) over dry, level, smooth, prepared hard surfaced roads, and of at least 35 mph over gravel roads. The vehicles shall follow the truck tractor without exceeding the tracking deviations specified in Federal Motor Carrier Safety Regulation 393.70(a). 3.4.2 GRADES AND SLOPES The semi-trailer, coupled to the truck tractor, shall be capable of operating on 0 to 20 percent grades and on 0 to 12 percent side slopes, up and down the respective grades and slopes, without any interference or malfunction. When the semi-trailer is on any incline specified, the semi-trailer shall not touch any component of the truck tractor, except where the two are in normal contact in normal use. 3.4.3 BRAKES The service and emergency brakes and the stopping distance of the semi-trailer shall be according to all applicable Federal Safety Standards. Emergency spring brakes shall be furnished. 3.4.4 WATER AND AIRTIGHTNESS PROPERITIES The semi-trailer, including the expandable side section, entrance doors and stowage compartments, shall be adequately sealed to prevent the entrance of water. The semi-trailer shall be tested for water tightness (See Section 3.23.2 below). The semi-trailer, including the expandable side section and stowage compartments, shall be airtight during transit to prevent dust from entering the interior. 3.4.5 SHOCK AND VIBRATION The entire finished and completed semi-trailer shall withstand the road conditions specified herein. Semi-trailer components, fasteners and accessories shall show no loosening, damage, or malfunction when loaded with the rated payload. 3.4.6 EXPANDABLE SIDE SECTION SERVICE LIFE When leveled using only the leveling and stabilization system, and without the use of jack stands, the expandable side section shall be capable of one cycle per day for a period of not less than 4 years, under the operational loads. No off-tracking or binding shall occur. The expandable side sections shall exhibit no wear or tear of the seals sufficient to result in failure of the water tightness requirements. 3.4.7 LUBRICATION All parts of the semi-trailer requiring lubrication, whether considered by the manufacturer to be permanently lubricated or not, shall be provided with ready access for lubrication. Access panels or doors shall be installed as necessary, with hinged access doors used wherever space permits. All parts of the semi-trailer chassis running gear, body and installed equipment that require lubricants shall be capable of being lubricated by one man in not more than two hours, including time to clean lubrication fittings and open and re-close access panels or doors. Any special lubrication equipment or lube gun extensions required to meet these requirements shall be provided with the semi-trailer and securely stowed in the stowage compartments. 3.4.8 HUBODOMETER A Stemco, or equal, hubodometer shall be furnished and installed on the curbside of a trailer axle. Offering: Hubodometer Manufacturer: ___________________________________________ 3.5 CHASSIS COMPONENTS 3.5.1 FRAME A straight frame type trailer shall be provided. The platform shall be level extending from the front of the trailer and continuing straight with no wheel housings or kick-up over the rear wheels. The main beams shall be constructed of high-tensile steel. Side rails shall be supported by a sufficient number of cross members. Wing gussets shall be provided to transfer side loads to the main beams. The semi-trailer shall be capable of transporting the rated payload without permanent deformation in the frame or any other component under the operating specified herein. The frame shall also be sufficient to handle the stress of leveling without distortion or twisting of the structure. The offeror shall provide details of the trailer construction at the VDR meeting to demonstrate that the frame will meet mission requirements. Construction methods shall be approved by the Government before construction of the trailer chassis and body. 3.5.2 SUSPENSION SYSTEM The semi-trailer shall be furnished with a tandem axle air-ride suspension system. Each component of the suspension system shall have a rated capacity at least equal to the load imposed, measured at the ground, when the semi-trailer is loaded with the rated payload. When the semi-trailer is operating over rough terrain, on slopes and on the highway, the underside of the body shall not touch the tires. In the event of loss of air pressure by the suspension system, the tires shall not contact any portion of the underside of the semi-trailer body. Suspension arms shall be equipped with rubber bushings that do not require periodic lubrication. Hydraulic shock absorbers shall be provided on each axle assembly. The suspension system shall be equipped with an air control system capable of - (a) maintaining the semi-trailer height, and (b) leveling the semi-trailer. An air control valve and filter shall be provided at each air spring. The air supply system shall provide equal amounts of air to each air bag under travel conditions. In addition to the air brake reservoir(s), a reservoir for the air suspension system and the air operated upper fifth wheel plate shall be furnished. The reservoir shall include at least the following components: a. Pressure protection valve. b. Check valve. c. Remote control cable release drain valve operable from the side of the semi-trailer. d. Air filter, in addition to the air filter at each air spring control valve. e. Air supply hose complying with SAE J1402 or most current standard. f. Air system schematic on a plate. The suspension system shall provide proper control and stability under all operating conditions without part failure or evidence of overload. The suspension system shall prevent transmission of dynamic vibrations and shock loads that could have damaging effects on the equipment or payload being transported. 3.5.3 AXLES A tandem full width axle shall be provided. The axle ratings shall be at least equal to the load imposed on each axle, measured at the ground, when the semi-trailer is fully loaded. The wheel bearings and axle spindles shall be oil lubricated. The hubcaps shall have a window for visual inspection of oil level. Provisions for venting and for replenishing the oil shall be provided. 3.5.4 WHEELS AND TIRES 3.5.4.1 WHEELS Eight aluminum disc type wheels in a tubeless configuration with hub-piloted mounting shall be provided. The four outside wheels shall be polished. Multi-piece wheels shall not be furnished. Wheel and tire ratings shall conform to Tire and Rim Association (TRA) or European Tyre and Rim Technical Organization (ETRTO) recommendations for the type and size of tires furnished. Each outboard wheel shall have stainless steel hub and lug nut covers. 3.5.4.2 TIRES The vehicle shall have standard profile steel belted radial ply, tubeless, highway tires. Tires shall be of rated capacity at least equal to the load imposed on each tire, measured at each wheel, at the ground, with the vehicle loaded to specified GVW and the highest rated road speed available. Tires shall conform to the Tire and Rim Association recommendations. Under no circumstance shall the tractor maximum governed speed exceed the speed rating of any of the furnished tires. All tires on the semi-trailer shall be the same, preferred vendor for tires is Michelin sized for trailer load. Offering: Tires Manufacturer's Brand: _______________________________________________ Model or Style: ______________________________________________ 3.5.5 BRAKES 3.5.5.1 SERVICE BRAKES The semi-trailer shall be equipped with full-air internal type antilock brakes acting on all wheels. The brakes shall conform to Federal Motor Carrier Safety Regulations 393.40 through 393.50, and Federal Motor Vehicle Safety Standard Number 121. All components of the brake system shall be installed in such a manner as to provide adequate road clearance when traveling over uneven or rough terrain, including objects liable to strike and cause damage to the brake system components. No part of the braking system shall extend below the bottom of the wheel rims. Whenever possible, air chambers and slack adjusters shall be mounted above the bottom edge of the axle carrier. The location of air fittings shall be according to SAE J702. Air fittings shall be mounted in recessed locations. Dummy couplings with security chains or cables shall be furnished. The glad-hands shall be according to SAE J318. The antilock brakes shall be powered through the stop light circuit on the seven pin electrical connector. The brake system shall include at least the following components: a. Air reservoir and drain design having a capacity of not less than 12 times the brake chamber capacity at maximum stroke. b. Remote control cable release drain valve, operable from the side of the semi-trailer. c. Automatic slack adjusters. d. Air actuators for service, parking and emergency braking. e. Air brake tubing, air suspension tubing and air operated fifth wheel tubing shall comply with SAE J844. f. Identification tags for emergency and service. g. Relay emergency valve, four-way. h. Single safety valve to prevent air pressure back up in the reservoir. i. Antilock Braking System (ABS) shall include four wheel sensors, two ABS valves, semi-trailer mounted ABS warning light and an ABS self-diagnostic unit. 3.5.5.2 PARKING BRAKES The semi-trailer shall be equipped with spring type parking brakes. The parking brakes shall act on the service brakes of all wheels and be designed to operate in conjunction with the service brake system. With the parking brakes applied, the semi-trailer shall remain stationary facing uphill and facing downhill on smooth, dry cement concrete roadway with a 20-percent grade, both when loaded to its GVWR, and when unloaded. The parking brakes shall be automatically applied upon disconnection of the air lines and under emergency conditions. Parking brakes shall conform to Federal Motor Carrier Safety Regulations 393.41 and Federal Motor Vehicle Safety Standard Number 121. 3.5.6 UPPER FIFTH WHEEL PLATE An upper fifth wheel plate shall be installed. The fifth wheel plate shall be capable of coupling to fore and aft rocking fifth wheel. It shall be minimum 0.5 inch thick steel plate and of sufficient size to cover a fifth wheel 36 inches in diameter. The upper fifth wheel shall conform to Federal Motor Carrier Safety Regulations 393.70(b). The semi-trailer shall be furnished with a 2-inch diameter kingpin conforming to SAE J700. The kingpin shall be fabricated of heat-treated alloy steel. The kingpin shall be located as specified in Table 1. The forward end of the upper fifth wheel plate shall have a turned up lip, not less than 2 inches high, for ease of coupling. 3.5.7 LEVELING AND STABLIZATION SYSTEM A leveling and stabilizing system shall be furnished. The system shall be completely computer controlled (joystick controlnot acceptable), and able to be deployed and retracted with hydraulics. At no time shall the system allow a single leg to operate independently, but rather two legs shall always operate in tandem. The system shall include a safety lockout through the tractor ignition system such that the tractor cannot be moved with the leveling jacks deployed. The leveling system shall automatically level the vehicle through the use of a built in leveling light display. The system shall be capable of side-to-side and fore-and-aft leveling that keeps the vehicle in a common plane to minimize twisting of the chassis. The system shall be a HWH Corporation Precision Leveling System, or equal, and consist of the following: • Four frame mounted power up/power down hydraulic leveling jacks (24,000 lb jack rating, each) • hydraulic pump • 12-VDC controlled air / hydraulic power unit • control panel -location shall be determined at the VDR meeting • reservoir • hydraulic hoses, valves and fittings • Labeled Activation light in sight of the driver The forward jacks shall serve as a landing gear. Minimum load capacity shall handle the trailer as built. The jacks and components, accessories, and attachments shall withstand, without damage and deformation, the combined static and dynamic forces due to the portion of the gross weight sustained, and the force resulting from impact during coupling and uncoupling operations. The system shall be installed in accordance with the manufacturer's instructions and recommendations. The control of the system shall be from a single centralized location, which is mounted where the expandable side controls are located. The jacks shall be hydraulic activation. The jacks shall be equipped with self-leveling sand pads. The jacks and components, accessories, and attachments shall withstand, without damage and deformation, the combined static and dynamic forces due to the portion of the gross weight sustained, and the force resulting from impact during coupling and uncoupling operations. Each jack shall be mounted to reinforced mounting plates that resist forward, rearward, and side thrust forces on the jacks. The landing gear shall have a range of adjustment to vary the height of the upper fifth wheel from 47 inches to not less than 52 inches from the ground. Front jacks shall be mounted aft of the upper fifth wheel assembly and forward of main stowage compartment. Rear jacks shall be mounted aft of the tandem axle. When raised to the travel position, the jacks shall remain positively locked. Details of the leveling system and installation plans shall be furnished to the Government for review, verification and approval. When the semi-trailer is parked on a 5 percent side-to-side grade or when parked on a 5 percent fore-and-aft grade, the leveling and stabilizing system shall enable the semi-trailer floor to be level (both side-to-side and fore-and-aft) to within plus or minus 1 percent of horizontal. When placed in the travel position, the jacks shall remain positively locked. Clearance under the rear jacks shall not reduce the normal rear departure angle of the semi-trailer. Offering: Leveling and Stabilization System Manufacturer: __________________________________________________________ Model: _________________________________________________________________ 3.5.7.1 LEVELING BLOCKS A set of 10 polypropylene leveling blocks, each approximately 8 ½ X 8 ½ X 1 inch thick, with carrying bag, shall be furnished. 3.5.7.2 LEVELING AND STABLIZATION SYSTEM AND EXPANDABLE SIDE CONTROLS A curbside control panel shall operate the leveling and stabilization system and the curbside expandable side section. The control panel shall be in a dedicated lockable compartment with a weather proof access door. 3.5.8 BODY REQUIREMENTS The body shall be all aluminum. Body construction shall maximize smooth surfaces and rounded corners and aerodynamic features. The finished interior dimensions of the trailer body shall not exceed 102 inches. The maximum height of the vehicle shall be 13' 6" to the top of any structures permanently mounted to the roof in road ready condition. The final trailer length shall not exceed 53' overall length when completed. A drawing of the vehicle shall be provided with the offer showing interior and exterior views. A boundary layer material providing galvanic protection shall be placed between aluminum and steel components as required. The rear departure angle of the completed vehicle shall not be less than 10 degrees. 3.5.8.1 DIMENSIONS AND CLEARANCES The semi-trailer, uncoupled from the truck tractor, resting on the landing legs on level ground, and with all specified equipment, shall conform to the dimensions specified in Table I. TABLE I. Dimensions and clearances Requirement Value Overall length, including air conditioner 53 feet±6 inches Overall height from ground (maximum) 156±2 inches (13 feet, ±2 inches) Overall width, outside, (plus 0, minus 1 inch) 102 inches Ceiling height*, main area (minimum) 96±1 inches Ceiling height*, expandable side section (minimum) 85±1.0 inches Expandable side section, curb side, interior width 48±1.0 inches Expandable side section, curb side, length exterior 500±12.0 inches Centerline of kingpin to centerline of rear axle trunnion (maximum) 480 inches (or as required for use in California) Distance from centerline of kingpin to front end (exterior front wall) of semi-trailer (plus 1 inch, minus 0 inch) 36 inches Upper fifth wheel height, measured from the ground to the underside of the upper fifth wheel plate with trailer level 47±1.0 inches Swing radius, measured from vertical centerline of kingpin to most distant point on semi-trailer nose (plus or minus 1 inch) 74±1.0 inches Landing gear clearance. Radius from vertical centerline of kingpin to any point 6 inches or more below upper fifth wheel plate (minimum) 90±2.0 inches Ground clearance under the axles and slack adjusters (minimum) 14±0.5 inches Ground clearance under the front landing gear while retracted (minimum) 14±0.5 inches Ground clearance under stowage compartments (minimum) and providing a minimum 8.8-degree angle measured from the centerline of the kingpin ground contact point to the bottom forward edge of the stowage compartments 14±0.5 inches Trailer departure angle-minimum 10 degrees * Measured from sub-floor to bottom of finished ceiling 3.5.8.2 BODY CONSTRUCTION, INSULATION, AND UNDERCOATING Minimum structural members shall be extruded 2 in square aluminum tubing or structural extruded 1½" z channel or hat sections spaced 16" or less on center for sides, front, and rear posts. If the wall and ceiling channels need to be furred out to provide room for insulation no material that supports mold shall be used. A spacing of 12" on center for roof structural member shall be used. Under floor cross members shall be on a maximum of 12" centers and shall be a minimum of 6" steel I beam. The body structure shall have corner gusseting in all upper corner areas, in all three axes. All cross members shall be tied together with longitudinal structural members at their outboard ends. All body structural sections shall be welded together with continuous welds. Intermittent welding is not acceptable. All door openings shall have reinforced structural headers and vertical uprights around the perimeter of each opening. All front, rear, and top body outer surfaces shall be joined with minimum 3" structural extruded aluminum radius vertical and horizontal corners and cast modular weld-in corner pieces. The outside aluminum skin shall be a minimum of 0.090 in. aluminum. The skin shall be attached to the perimeter end posts and caps using flush countersunk "Huck" type fasteners, or structural adhesive (rivets are not acceptable). The finished skin shall be smooth. All joints and seams shall be sealed and weather proofed. Drip moldings (rain gutters) shall be furnished immediately above any entry doors, and all exterior compartments. The structural design shall be presented and approved by the Government for approval at the VDR meeting. 3.5.8.2.1 INSULATION. The vehicle shall be completely insulated. Insulation shall be installed to fill the cavities between the inner walls and body exterior panels, ceiling, and under floor areas. It is acceptable for the insulation to be furnished with.5-inch to.75-inch hollow chaseways for electrical conduit. All insulation materials shall not support combustion or sustain flame, mold, rot, support vermin, corrode metals, absorb orders, and shall be essentially odorless. The insulation shall not disintegrate under exposed operational or storage temperatures, or from vibration or settle and leave voids. Fiberglass insulation shall not be used. The insulation between the inner walls and the body exterior panels and ceiling shall have a "R" value of not less than R-22 to include the following: the laminated wall panel, ballistic panels (see Section 3.5.8.2.2 below), two layers (separated by an air gap) each 5/32-inch of thick foil-surfaced reflective insulation that is comprised of multiple layers of insulating heat-sealed air bubbles encased by two aluminum foil outer surfaces installed on both sides of a.75to 1-inch thick foam board, and the body exterior panel. Insulation shall be installed under the entire floor in areas between the cross members. Insulation in under floor areas shall be spray-in-place CFC-free urethane foam having a minimum thickness of 2 inches and a minimum "R" value of 15. Spray-in-place urethane foam insulation shall conform to ASTM E-84 for Class A fire retardancy. The combined insulating effect between the ceiling and the roof shall have a minimum "R" value of 22. 3.5.8.2.2 BALLISTIC PROTECTION The sides, ends, and floor of the trailer shall be furnished with Kevlar ballistic panels, ArmorCo FABP-3A, or equal, meeting NIJ Level IIIA, UL 752 Levels 1, 2, 3 and 6 ballistic protection. The Kevlar panels shall be installed on the interior side of the walls and floor, fastened to wall studs or floor crossmembers with Sikaflex industrial adhesive. The ballistic panels shall be butted together with a 4 inch batten strip applied over the butt joint seam to preserve the ballistic protection. The Kemlite inner wall finish panels (required below in section 3.5.8.5), and finish flooring, shall then be applied over the ballistic panels. Offering: Kevlar Ballistic Panels Manufacturer: _________________________________________________________ Model/Part No. __________________________________________________________ 3.5.8.2.3 TAPPING PLATES Unless otherwise specified herein, aluminum tapping plates shall be furnished to provide reinforced attachment of all equipment, systems, cabinets and equipment mounts. Sidewall tapping plates shall be at least.25 inch thick by at least 4 inches wide and welded to multiple sidewall structural members as required. Plates to mount all other features to the floor shall be at least.375 inch thick by at least 4 inches wide and welded to multiple floor structural members. 3.5.8.3 FLOOR CONSTRUCTION The floor height shall be the minimum height required to furnish a flat floor with no wheel wells in the body. The overall height of the vehicle and CG shall be furnished on drawings and approved by the government. Under floor cross members shall be on a maximum of 12" centers and shall be a minimum of 6" structural steel I beam. Under floor cross members shall be continuously welded to a longitudinal subframe, height as required for floor height. Spray-in-place CFC-free urethane foam insulation shall conform to ASTM E-84 for Class A fire retardancy and shall be installed under the entire floor in the areas between cross members and completely enclosing the cross members to provide a thermal break.. Insulation shall have a minimum thickness of 6 inches and a minimum "R" value of 40. Above the structural cross members shall be a minimum.050" aluminum panel that completely seals the floor, including the periphery, from the intrusion of exhaust, splash, dust, etc. This aluminum panel shall then be covered with 0.75 inch, high density, Thermo-lite board, Tough series 2600, sub-floor from SpaceAge Synthetics, Inc... All joints, voids, etc. in the sub-floor shall be filled and sealed with a body filler. The sub-floor shall be screwed to the body structural cross members at least every 6 inches around the perimeter of the Thermo-lite board and a minimum of 12 inches along the cross members. If structural adhesive is used for attachment, Thermo-lite board may be screwed in at 10 inch intervals along the perimeter. 3.5.8.4 FINISH FLOORING Finish flooring shall be commercial grade, Lonseal "Loncoin II Flecks" non-skid flooring or equal. The color shall be Loncoin, color TBD at the VDR meeting and approved by the Government. The floor covering shall be sealed at all seams, joints or seamless. A 2.5 inch aluminum cove base shall be furnished throughout the vehicle to protect the floor to wall transition. Flooring shall be secured with metal edging strips attached with countersunk screws at all door openings. The finish flooring shall be roll flooring with sealed seams and joints. Flooring consisting of individual tiles is not acceptable. Only continuous flooring is acceptable (joining seams are acceptable where flooring roll width necessitates such seam). Offering: Flooring Manufacturer: _______________________________________________ Model or Style: ______________________________________________ 3.5.8.5 CEILING AND WALL FINISH The interior walls and ceiling of the vehicle shall be of paneled sections that are replaceable if damaged. Panels shall be constructed of either.075 inch fiberglass reinforced plastic laminated to both sides of a 1 inch thick, closed cell, expanded polystyrene foam substrate or 3mm plastic laminated to both sides of a.625 inch CFC-free urethane foam substrate. The wall / ceiling panel sections shall be vibration and rattle-free, and have no mechanical fasteners visible. Each wall / ceiling panel shall be held in place by its four edges by upper and lower sills and vertical division bars (two-piece fastening system consisting of a base and trim). Each wall / ceiling panel edge shall be secured by at least ¼ inch insertion into its mating vertical division bar. The sills and division bars may be fastened to the floor, ceiling, or wall stud with fasteners. Such fasteners shall be covered by vertical trim molding that match the matte wall finish. The division bars shall be oriented vertically and spaced on four foot centers, except spacing may vary due to obstructions (cabinets, doors and windows). A 2.5 inch aluminum cove base shall be furnished throughout the vehicle to protect the floor to wall transition. The wall panels shall have a smooth finish. The wall panels shall be Kemlite Company, Incorporated, Glasbord-FSI panels, smooth finish, or equal. All exposed wall panels in the staff sleeping area and the staff lounge areas shall be covered with TBD colored commercial grade non-static carpet that matches the interior flooring. Final carpet shall be selected and approved at VDR by the Government. Finished ceiling, in the main body area, shall be 96±1.0 in. No lower height will be acceptable. A fiberglass or aluminum channel ceiling grid system shall be suspended beneath the roof of the vehicle. The ceiling grid system shall be designed so that no rivets, screws or fasteners shall be visible. The fiberglass channel ceiling grid system color shall be determined by the government. The ceiling panels shall be Class C fire-rated in accordance with UL. The ceiling shall be an acoustical ceiling. The ceiling tiles shall be Architectural grade embossed panels. There shall be no ductwork or other equipment intruding below the ceiling. Lay-in type ceiling panels shall be furnished throughout the entire vehicle having a nominal size of 24 inches x 24 inches. The ceiling panels shall be constructed of an acoustical vinyl textured face with color and shape to be determined by the government after award of contract. Offering: Interior Wall Finish Carpet: Manufacturer: _______________________________________________ Model or Style: ______________________________________________ Offering: Interior Ceiling Panels: Manufacturer: _______________________________________________ Model or Style: ______________________________________________ 3.5.8.6 INTERIOR WALL CONSTRUCTION The interior walls shall be constructed of metal studs or tubing as require. The walls shall be insulated with a minimum of 2" insulation. The insulation material shall be hard board insulation. It is acceptable for the insulation to be furnished with.5-inch to.75-inch hollow chaseways for electrical conduit. All insulation materials shall not support combustion or sustain flame, mold, rot, support vermin, corrode metals, absorb orders, and shall be essentially odorless and of low VOC materials. The insulation shall not disintegrate under exposed operational or storage temperatures, or from vibration or settle and leave voids. The interior walls shall be finished to match the walls in the area they are in. The wall between the generator room and the pharmacy area shall be a double wall spaced for sound deadening. The closest interior wall to the generator of the generator room shall be covered by a minimum.050" aluminum panel that completely seals the floor, walls and ceiling intersection to seal the area from the intrusion of exhaust, splash, dust, etc. Offering: Interior Wall Insulation Type: Manufacturer: _______________________________________________ Model or Style: ______________________________________________ Offering: Interior Wall Coverings: Manufacturer: _______________________________________________ Model or Style: ______________________________________________ 3.5.8.7 ROOF SYSTEM The roof panel of the vehicle shall be a continuous pre-tensioned aluminum alloy sheet minimum thickness 0.040 inches securely riveted to the roof crossmembers (fiberglass reinforced polyester material not acceptable). All joints/seams shall be sealed and weatherproofed. The roof shall be continuously coated with "Gator Kote", "Line-X "or "Rhino Lining" or equal weather seal and slip resistant material. The roof coating material color shall be light to decrease heat load, coating thickness to be determined at the VDR meeting. The roof shall be capable of supporting a snow load of 40 pounds per square foot without damage and to simultaneously support a walking load of 250 lbs. with no roof deformation. The vehicle shall be designed to a maximum height of 13' 6" at the highest point of the vehicle in road ready condition, including any structure or roof mounted equipment. The roof shall be reinforced, as required, to support antenna structures on the roof surface as shown on Attachment #1. Feed through for the satellite antennae shall be mounted through a side wall to eliminate roof leaks. Feed through shall be sufficient to pass through all cables supplied plus have a minimum of 100% additional capacity. Final design of the roof and antennae mounting shall be approved by GSA at the VDR meeting. A ladder shall be installed on back of the body and shall be designed and installed to support a 300 lb person climbing onto the antenna deck area. Grab bars shall be supplied to assist in climbing onto the roof from the ladder for inspection and assembly and maintenance access. The ladder shall extend from 12" above the pavement to the roof. The lower section of the ladder shall be capable of being folded up and locked to prevent unauthorized access to the roof section. Two (2) exterior duplex 120 VAC GFCI, one (1) UPS and one (1) non UPS power, and one 12VDC 20 amp connection shall be installed on the roof, in a watertight box, location to be determined by the government at the vehicle design review. Exterior outlets shall be U.L verified to Federal Specification WC 596G, be specification grade, flush mount and in exterior rated enclosures rated for wet locations when closed and damp locations when open or closed, with spring loaded covers. The placement of satellite, TV and all other required antennas and antennae feed through and VA Seal placement on the roof shall be reviewed at the verification design review meetings be and approved by the government. Offering: Weather Seal / Slip Resistant Coating Manufacturer: _______________________________________________________ Type: _____________________________________________________________ 3.5.8.8 CURB SIDE EXPANDABLE SIDE SECTION A body slide out shall be provided on the curb side of the body of the trailer, see Attachment # 1 for reference size, location and layout. The slide out shall seal and latch to the main body structure, when extended or closed to support the weight of the slide out with no ground supports and to maintain a water tight seal. The body, roof and side construction shall be designed to carry the same weight load as the main floor of the body. The slide out mechanism shall be assist driven requiring a minimum of effort by personnel to set up. No additional ground supports for the slide out shall be acceptable. The slide out shall seal water tight to the body without relying on awnings when deployed. The slide out shall be able to be deployed and stowed within a 10 minute time period by no more than two personnel. The side slide out shall provide 48± 1.0 inches interior dimension when fully extended and be 500±12.0 inches exterior length dimension. The intent is to maximize the size of the slide out. The floor of the slide out shall be flush with the interior floor when extended. The offeror shall propose a final design so as to maximize the size of the slide out; final design shall be approved by the Government at the VDR meeting. Preliminary details of body slide out drive system and installation plans shall be provided with the offer for review. The final body slide out system shall be reviewed and approved by the Government at the VDR. 3.5.8.9 SIDE, SERVICE AND REAR DOORS A side entrance door shall be located on the street side of the body, in the staff area, see Attachment # 1 for reference locations, and provide a minimum clear opening of 36 in. wide x 80 in. high. A 31 percent maximum light transmission gray tinted, rectangular, tempered safety, bullet resistant glass window, measuring 12 x 30 inches, plus or minus 1 inch, shall be installed vertically in the upper half of the door. The doors shall open out to the left, towards the front side of the trailer, from outside of the body. The door shall open a minimum of 90 degrees. Spring loaded ball detent stays to retain the door in the open position shall be furnished. Tubular or oval entry assist handles, a minimum of 30 in. long, shall be located on the body to the left of the door opening. The door shall be furnished with a Yale, or equal, panic bar style latching device lockable from the outside, and a wedge type secondary lock at the top and bottom of the door providing additional security. All door hardware, with the exception of the secondary lock, shall have a satin chrome or stainless steel finish and shall comply with the applicable provisions of the Americans with Disabilities Act (ADA) and MVSS 206 (49 CFR 571.206). The door shall be full extruded aluminum box pan construction and include full insulation and a finished painted interior panel to match the interior walls. The doors shall be mounted utilizing stainless steel piano hinge with a minimum pin diameter of 3/16". A 32 x 12 inch brushed stainless steel kick plate shall be furnished on the interior side of the doors. A roll up door shall be installed on the street side of the vehicle in the pharmacy area for loading. A clear opening of 36 x 80 inches frame opening shall be provided with the roll up door. See Attachment # 1 for reference location. The door shall be able to be locked from the inside and shall also serve as an emergency exit. Rear entrance doors shall be provided to allow access to the generator / storage area. The doors shall be clad with smooth, aluminum panels. The panels shall be internally braced to provide stiffness. Each door shall be mounted with at least four corrosion-resistant strap hinges. A center doorpost shall not be provided. An aluminum or stainless steel threshold shall be provided. The doors shall be insulated with spray in foam. Doors shall be weatherproof and water tight. Gaskets shall be provided that insure a seal against the entrance of water and dust. When the doors are closed, light, wind, and water shall not penetrate. Doors shall permit folding back against body sides in the full open position and be provided with holdbacks. Each door shall be provided with double cam latches and operating handles. Provisions for locking with a padlock shall be provided. The doors shall be equipped with an inside-operated lock-release. A rain gutter shall be furnished above all doors, extending 2 in. past the edges of the doors. 3.5.8.10 ENTRANCE STAIRWAYS. Two customer platforms and one staff entrance platform and stairways shall be furnished deploying perpendicular to the body. The platform under the service windows shall fold flush into the body for transit. Provision shall be made for additional support legs that can be added and the stairs shall clip on. The stairs and handrails for all platforms shall stow in the generator room for transit. The platform for the staff entrance shall slide out from the body and can have extra support legs attached. The slide up door shall have stairs that slide out from under the body. When stowed, no platform or stairway shall hinder use of any entrance door. Stairways and platform locations are shown on Attachment # 1. The stairway shall be of aluminum and stainless steel construction, with diamond plate stair treads with a static coefficient of friction (COF) of 0.70 wet and 0.80 dry. The tread surface shall comply with ADA, NFPA, and OSHA requirements. Each thread surface shall be covered with "Rhino Lining" color black or equal material to provide a slip resistant surface. Each stairway shall be constructed using aluminum channels and aluminum I-beam stringers to form the frame. The frame components shall be welded or bolted. The width of each stairway shall be 36 inches wide and each platform shall be a minimum of 45 inches wide or as required to not obstruct the doors opening perpendicular to the body. The stairway tread depth shall be 8 inches± 1 inch. The stairway riser height shall be 8 inches± 1 inch. The construction of the stairway shall be without riser panels. The steps shall be adequate to support a test weight of 300 pounds without flexing. The depth of the platforms shall be a minimum of 45" in and deep enough to hold the entrance door in the full open position 90 degrees from the body. All platform and stairway legs shall be furnished with a screw type leveling feature for ease in leveling the platforms/stairs on uneven ground. 3.5.8.11 HANDRAILS A removable handrail shall be provided on one side of the stairway. The height of the handrail shall be 30 to 34 inches, measured from the standing surface of the stairway to the top surface of the handrail. The handrail shall be constructed of aluminum tubing. Tubing thickness shall be 18-gage minimum. Tubing diameter shall be 1-1/2 inches. 3.5.8.12 WINDOWS In addition to the window in the entrance door, the staff area shall be provided with a window, reference attachment # 1 for approximate position. The windows shall have a 31 percent maximum light transmission. The windows shall be constructed of gray tinted, bullet resistant tempered safety glass, meeting NIJ Level III Ballistic protection. All windows shall be provided with vertical pleated blinds attached at the top and bottom. The color of the blinds shall be determined at the post award conference. The windows shall be installed above the table area of the staff room and shall be approximately 36 by 40 inches. Offering: Windows Manufacturer: ______________________________________________________ Model: ____________________________________________________________ 3.5.8.13 BODY EXHAUST VENT The trailer body shall have a one way exhaust vent installed in the vehicle to insure interior air pressure does not build up. All rooms shall have equalizing vents. The vent should be sized to insure pressure in the rear of the body does not build up with the AC on maximum output. 3.5.8.14 STOWAGE COMPARTMENTS Exterior stowage compartments shall be furnished under both sides and the rear of the body to the maximum extent possible. See Attachment # 1 for reference. The compartment shall be open across the width of the trailer (side to side) and shall have slide out platforms from approximately the centerline of the trailer, to allow full access. Means shall be provided to securely retain each of the specified items in the stowage compartment. Drip rails shall be provided over all stowage compartment doors. Drip rail ends shall be rounded to prevent injury or snagging of clothes. Stowage compartment framing members shall consist of bottom members, top members and posts. Construction of the compartment structure is subject to Government approval. Cross members shall support the stowage compartment floor. Cross members shall be on not more than 16 inch centers. Framing members shall be welded together to form the structure of the stowage compartments. The main stowage compartment floor shall be constructed from minimum 0.125 inch aluminum. The underside of the main and rear stowage compartment floors including cross members shall be rustproofed in accordancewith FED-STD-297. The main stowage compartment end panels shall be constructed from minimum 0.125 inch aluminum. The main stowage compartment partitions shall be constructed from minimum 0.100 inch aluminum. Four gussets, formed at sides for stiffness, shall be provided fore and aft of the main stowage compartment on both the streetside and curbside. The rear stowage compartment floor shall be constructed from minimum 0.125 inch aluminum. The rear stowage compartment end panel shall be constructed from minimum 0.100 inch aluminum. All seams shall be welded. Drainage with plugs shall be provided in the storage compartments. Material specifications and construction details shall be approved by the Government at the VDR meeting. No stowage compartment shall be simultaneously tied to both the frame and the body of the vehicle. 3.5.8.15 COMPARTMENT DOOR CONSTRUCTION Compartment doors shall provide access to all portions of each compartment. Compartment doors shall be constructed of not less than 0.100-inch smooth aluminum. Each door shall be box pan constructed or furnished with a full perimeter channel to assure rigidity. Each door shall have a continuous stainless steel piano hinge made from 0.060-inch minimum stainless steel. The doors shall be hinged at the top. Means shall be provided to automatically (action of opening doors shall set mechanism to hold doors open) and positively retain the doors in the full open position, manual release of hold open mechanism is acceptable. Separate manual latches to hold compartment doors open are not acceptable. Compartments shall be weatherproof incorporating a protected tubular neoprene type automotive sealing system. The mating edges of the ends of neoprene tubular seals shall be on the bottom of the doors. Each door shall be equipped with recessed, paddle type latches and key operated locks. Latches and locks shall be stainless steel. All compartments shall be keyed alike. The storage compartments interiors shall be continuously coated with "Gator Kote", "Line-X "or "Rhino Lining" or equal to seal and protect the compartments. Offering: Lock Hardware Manufacturer: ______________________________________________________ Model: ____________________________________________________________ 3.5.8.16 TIEDOWN PROVISIONS The semitrailer shall be equipped with ten forged carbon steel D-ring tiedowns with weld-on mounting brackets. The tiedowns will be used to secure the semitrailer during high winds, tornadoes or earthquakes. The tiedowns will also be used to secure the semitrailer on a carrier when shipped by rail or sea. The minimum ultimate strength of each D-ring shall be 18,000 pounds per square inch. D-ring dimensions (minimum): width - 4-1/4 inches; height - 4-1/4 inches, and diameter - 5/8 inches. The tiedowns shall be located so as to permit easy attachment of cables or turnbuckles and to enable the semitrailer to be anchored in such a manner as to prevent shifting or movement in any direction. Tiedowns shall be welded to either stowage compartment framing structure or cross members and located as follows: Four tiedowns on the curbside (one close to front corner, one adjacent landing gear, one forward of tandem axle, and one aft of tandem axle), four tiedowns on the streetside (one close to front corner, one adjacent landing gear, one forward of tandem axle, and one aft of tandem axle), and two tiedowns on the rear at outboard ends. Tiedowns placement shall not interfere with stowage compartment door swing or tractor-semitrailer operation. Note - the provision specified herein are for tiedown applications only. Tiedowns are not to be used for lifting. These provisions do not meet air transportable requirements. Tandemloc Incorporated, part number 9202-DS18, D-rings and mounting brackets shall be provided. 3.5.8.17 STOWAGE COMPARTMENT LIGHTING 12-VDC LED lighting fixtures shall be installed in all underbelly storage bays. Lighting fixtures shall be protected, waterproof, and readily accessible for servicing. Bulbs shall be capable of being replaced without removing fixtures. The lights shall be powered by the deep cycle batteries. They shall also be controlled by a switch mounted in each bay that automatically shuts off the lights when the bay door is closed. Number and location of lights shall be determined at the VDR meeting and approved by the Government. 3.5.9 BODY UNDERCOATING The vehicle shall be undercoated for sound deadening, corrosion and stone damage protection. A commercial, fire resistant, petroleum base or rubberized undercoating, or other material providing equivalent protection, shall be spray applied to the underbody and under chassis sheet metal surfaces to a thickness of 1/16 to 1/8 inch, except to the drive shafts, drain holes, lubrication points, engine/transmission oil pans, fuel tanks, heavy castings, suspension components, heat shields and areas within 12 inches or less from exhaust system components, as well as other areas specifically excluded by the chassis manufacturer. These areas shall be kept free of undercoating. 3.5.10 REAR BUMPER The rear of the vehicle shall be furnished with a full-width bumper, secured to the vehicle's chassis frame, see Attachment # 1 for reference. Stairway with handrails and screw adjustable feet, shall deploy perpendicular to the body to provided accessing the rear generator / storage area of the body. The stairway shall be of aluminum and stainless steel construction, with diamond plate stair treads with a static coefficient of friction (COF) of 0.70 wet and 0.80 dry. The tread surface shall comply with ADA, NFPA, and OSHA requirements. Each stairway shall be constructed using aluminum channels and aluminum I-beam stringers to form the frame. The frame components shall be welded. The width of each stairway shall be a minimum of 34 inches. The stairway tread depth shall be 8 inches± 1 inch. The stairway riser height shall be 8 inches± 1 inch. The construction of the stairway shall be without riser panels. The stairs shall be constructed such that they do not interfere with the operation of the door when the stairs are deployed or stowed. The step's top surfaces shall be designed to prevent the accumulation of mud, ice, or snow and made of anti-skid open grating metal. The steps shall be adequate to support a test weight of 300 pounds without flexing. The ends of the bumper shall not extend past the width of the body. The bumper shall not extend below the body skirt. The ends of the bumper shall be designed so as to obviate the danger of snagging adjacent individuals and/or objects. The bumper shall provide trailer ride under requirements. The bumper shall be reinforced by means of bolted angular aluminum support braces extending from the chassis frame to the bumper ends. The vehicle shall be equipped with a door-actuated light to illuminate the step area when the door is opened. The Government shall approve the final design and configuration of the fold down steps. 3.5.11 WHEEL WELL MOULDING Exterior wheel well splash moldings shall be furnished at the axles and shall be pre-molded and contoured to conform to the wheel well cutouts. 3.5.12 AWNINGS Two (2) self actuating electric auto awnings, connected together, capable of extending 12 ft., 4 inches or as far as is practicable in the given width, Girard Elite, or equal shall be mounted on the curb side on the slide out the length of the slideout covering the staff window and the two patient service windows. These awnings shall have VA seal on the top and a VA motto on the fringe area. There shall be awnings over the entry doors on the street side for the pharmacy and staff areas. These awnings shall be Girard Door awning model G-1500 approximately 50"wide and extending out 39" from the body. All awnings shall have the following characteristics: • Be powered by 110 VAC motor • Push button controls located on the right side, inside the rear entry door • Manual Override • All shall be furnished with wind sensor and controls • 100% woven acrylic fabric • Color TBD and approved by the Government • Awnings shall have the VA logo on the top, final design to be approved by the Government at the VDR meeting. • Aluminum powder coated housing mounted to the body Offering: Awning Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.5.13 WHEEL CHOCKS A set of wheel chocks shall be provided for the rear axles, sized for the tires provided. The chocks shall be stowed in one of the underbody storage compartments close to the rear of the vehicle. Final size and storage location shall be approved by the Government. 3.6 TRAILER INTERIOR LAYOUT The object of this section is to describe the room layout of the trailer interior. The offeror is responsible for the final detailed layout of the trailer interior which shall be approved by the Government at the VDR meeting. The vehicle shall be configured into four main areas. The configuration from front to rear of vehicle shall be as follows: staff sleeping area, staff lounge area, the pharmacy area, and the generator / storage room. Each area shall be sized to accommodate the equipment, cabinets, or seating as specified herein. The floor plan shall be as shown in Attachment # 1. All surfaces shall withstand continuous cleanings with disinfectants and cleaning solutions. Cracks, crevasses, and non-radiused corners shall not be acceptable 3.6.1 STAFF SLEEPING AREA The staff sleeping area shall be approximately 9 ½ feet long and have the following features: • Two (2) Flexsteel convertible couches Model # 4403 - 66SJ J Lounge or equal. Couches shall be leather, color TBD and approved by the Government. • A custom storage area at the front of the trailer body housing the following: o A close closet o 40 inch LCD TV o Custom wardrobe with drawers for storage The offeror is responsible for the final detailed lay out of the trailer interior and the final design shall be approved by the Government at the VDR meeting. Offering: Couches Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.6.2 STAFF LOUNGE AREA The staff lounge area shall be next to the staff sleeping area and separated by a 36 inch pocket door. The area shall be approximately 11 ½ feet long. The offeror is responsible for the final detailed lay out of the trailer interior and the final design shall be approved by the Government at the VDR meeting. The lounge area shall consist of the following requirements below: 3.6.2.1 GALLEY AREA The galley area shall be located along the street side wall as shown on Attachment # 1. It shall consist of a refrigerator, sink, microwave, and coffeemaker and above counter cabinets. See Attachment # 1 for relative locations of equipment. Two (2) 120VAC GFIC Duplex power outlets shall be provided above the counter area. Undercabinet LED task lights shall be provided; all lights shall be individually switched. A stainless steel sink with chrome plated hardware shall be provided. The counter shall be solid surface, Corian or equal, color selected at VDR. The cabinets above and below the counter shall be C Tech Corporation, style aluminum or equal. Each cabinet frame and frame mounting structure shall be of sufficient strength to support the cabinet and 100 lbs of contents. Cabinets shall have adjustable shelves, two per compartment. Shelves shall be adjustable in 1" increments or less. Adjustable shelves shall lock firmly and positively to reduce noise and prevent dislodgment. Cabinet shelves and floors shall be lined with non-slip rubber matting. Shelves shall be designed with a lip or taper on the front edge to prevent equipment from sliding out. Cabinet handles shall be lockable. Cabinets may be custom manufactured by the offeror but final details shall be approved by the government. Over head cabinets shall be 18 inches deep start 24 inches above the counter and go to the ceiling. The overhead cabinets shall be furnished with stainless steel or aluminum locking roll up style doors. A refrigerator shall be mounted to the right of the sink with the microwave mounted in a cabinet above the refrigerator. The cabinets shall have an aluminum frame, shell and bottom frame. Final configuration shall be submitted for approval by the Government at the VDR meeting. Offering: Galley Cabinets: Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.6.2.2 REFRIGERATOR One refrigerator/freezer shall be furnished in the staff area. The refrigerator shall be Norcold Model: DE-0061, 12 VDC/120VAC. or equal. The refrigerator shall be installed as shown in Attachment #1. The unit doors shall be a black finish. Separate outlets on separate breakers shall be provided for the appliances in the galley area. Outlets for both 12 VDC and 120 VAC shall be provided for the refrigerator. Offering: Refrigerator/Freezer: Manufacturer: ______________________________________________________ Model: ____________________________________________________________ 3.6.2.3 MICROWAVE A microwave Panasonic Model # NNSD967S, 1250 Watts, or equal shall be provided. The microwave shall be installed into the cabinet above the refrigerator as shown on Attachment # 1. Separate outlets on separate breakers shall be provided for the appliances in the galley area. Microwave finish shall match refrigerator. Offering: Microwave: ________________________________________________ Manufacturer: _____________________________________________________ Brand/Model: ____________________________________________________ 3.6.2.4 COFFEE MAKER A Bunn coffee maker shall be supplied in the galley area, Model BTX or equal. Separate outlets on separate breakers shall be provided for the appliances in the galley area. Offering: Coffee Maker: ________________________________________________ Manufacturer: _____________________________________________________ Brand/Model: ____________________________________________________ 3.6.2.5 OVERHEAD CABINETS Overhead cabinets over all workstation or fold down desk areas shall start a minimum of 24" above the work surface and go to the ceiling and be 15" deep, see Attachment # 1 for reference locations. Cabinets shall be C Tech Corporation, style aluminum or equal. Final color of the cabinets shall be determined at the VDR meeting. Each cabinet frame and frame mounting structure shall be of sufficient strength to support the cabinet and 80 lbs of contents. Cabinets shall have adjustable shelves, two per compartment. Shelves shall be adjustable in 1" increments or less. Adjustable shelves shall lock firmly and positively to reduce noise and prevent dislodgment. Cabinet shelves and floors shall be lined with non-slip rubber matting. Shelves shall be designed with a lip or taper on the front edge to prevent equipment from sliding out. Each cabinet shall have lockable stainless steel or aluminum roll up style doors. Offering: Cabinets Manufacturer: ___________________________________________ Model, Style, Finish: ___________________________________ 3.6.2.6 RESTROOM A restroom shall be furnished in the corner joining the streetside side wall and front wall of the galley area. The restroom shall be 38±2.0 in wide and 60±2.0 in. deep (along the street side). The restroom shall be furnished as specified below: • No chemical toilets permitted. • An electric flush vacuum toilet system designed for mobile applications, consisting of a vitreous china toilet that is a "high profile" version with an elongated toilet seat between 19 in. and 21 in. above the finish floor shall be furnished. • The toilet shall have a pump or vacuum generator so that water consumption is 20 ounces per flush maximum, +/- 4 ounces. • Energy consumption shall be 40 watts (AC) per flush maximum. • The toilet shall have an integral vacuum breaker as an anti-siphon device. • The toilet shall be a Thetford Aria Deluxe II or equal. Offering: Toilet Manufacturer: ________________________________________________ Model: ____________________________________________________ The restroom shall also be furnished with each of the following items: • A 50 cfm (minimum) ventilator fan exhausting to the streetside of the body, not through the roof. • Florescent light fixture 10"X24" fluorescent fixture with clear snap-off acrylic diffusers with lens clips (Lithonia #LB220120LPF or equal) • An 18 in. wide sink base (36 in. high) with lav-sink cabinet shall be frameless cabinet grade plywood covered by Formica, color TBD, with a Corian top, color TBD, • One stainless steel oval sink with minimum interior bowl 13"W x 10"L x 5"D with two-handle faucet • One surface-mounted stainless steel framed mirror with galvanized steel back, minimum size 15 x 24 inches • One liquid antibacterial soap dispenser mounted to wall • One bi-fold paper towel dispenser, white or chrome finish • One chrome finish robe hook with 2 inch maximum projection • One toilet paper holder with chrome plated shell and plastic roller • Hot water to sink shall be supplied from the Oasis heater system. • Fresh water holding tank - capacity 200 gallons (mounted underbody and used to supply bathroom, staff sinks and all the sinks in the public area) • Waste holding tank (black water) - capacity 250 gallons minimum (mounted underbody and connected to all the sinks and bathroom) • 12-volt overhead LED interior light Switches to control both AC and DC Lighting and fan 3.6.2.7 STAFF TABLE AND CHAIRS Four chairs for the staff shall be provided. The chairs shall be Flexsteel Model # 283R-521 Rocker Recliner, leather, color TBD or equal. A 30" x 60" table shall be provided in the staff lounge area. The table top shall be constructed of solid surface "Corian" material or equal, color TBD. See Attachment # 1 for reference locations. The table shall have power and cat 5/6 connections side wall of the table to allow laptop computers to be utilized, to connect to the vehicles video and communication systems. Offering: Counter Top Material Manufacturer: _________________________________________ Brand/Model: _________________________________________ 3.6.3 PHARMACY AREA The pharmacy area shall be next to the galley area and separated by 36 inch lockable security door. The wall between the staff lounge area and the pharmacy shall be built to ensure the security of the pharmacy area. The offeror is responsible for the final detailed layout of the trailer interior and the final design shall be approved by the Government at the VDR meeting. The offeror final design shall maximize storage space for efficient use of the area. The area shall be approximately 25 ½ feet long, see Attachment # 1 for reference location of equipment in the pharmacy area. A. Streetside Wall: a. The casework shall start at the junction of the forward wall and the streetside wall and shall start with a cabinet to hold one of the refrigerators and above it a closed cabinet with an aluminum or stainless steel roll up lockable door. b. Aft of the lounge area entry door, a cabinet containing the safe (see Section 3.3.6.2-Safe below) shall be furnished. This cabinet shall have hinged door with a lockable handle. c. Aft of the safe cabinet, the pharmacy shelving required in Section 3.6.3.3 below shall be furnished. 3.6.3.1 REFRIGERATOR / FREEZER Two refrigerator/freezers shall be furnished in the pharmacy area, see Attachment # 1 for reference location. The refrigerators shall be Midmark model Ritter MID6CFR-216 - 6.1 cu. ft. Commercial Refrigerator/Freezer, or equal, operating on 120 V-AC.. The refrigerator section shall be 5.3 Cu. Ft. and freezer section.73 Cu. Ft. The refrigerator/freezers shall be installed as shown in Attachment #2. Both of the units shall be capable of being locked. Offering: Refrigerator / Freezer Manufacturer: _________________________________________ Brand/Model: _________________________________________ 3.6.3.2 SAFE A safe capable of holding documents and a laptop computer and CD's shall be installed as on Attachment # 1. The safe shall be a two drawer, letter width safe, NSN # 7110-01-015-4638, color black. The safe shall be housed in the pharmacy storage area. The safe shall be mounted to the floor ( see Attachment # 1 for reference location). Offering: Safe Manufacturer: ___________________________________________ Model, Style, Finish: ______________________________________ 3.6.3.3 PHARMACY SHELVING-FIXED/ROLLING The area shown in Attachment # 1 along the streetside wall shall hold shelving approximately 8 inches deep specifically designed to hold pharmaceuticals products. Along the streetside wall a minimum of three sets of shelves shall be fixed to the wall and there shall be a minimum of two sets of rolling shelves in front of them, such that by rolling the front shelves, a set of shelves behind will be exposed. The rolling shelf system shall be Ligget and Platt, Madix, or equal. The final shelving configuration shall be approved by the Government. Offering: Shelving Manufacturer: _________________________________________ Brand/Model: _________________________________________ 3.6.3.4 PHARMACY COUNTER AREA The area shown in Attachment # 1 along the curb side wall shall hold the pharmacy fill area. The counter shall be housed in the slide out section and have a customer service area in each end. The counter top shall be Lozier RXT series, 30 inches deep and as long as required to fill the curbside expandable side section. Below the counter, the following undercounter units shall be furnished: • Quantity of three vial drawer units, Lozier RXVLDRP, or equal, one at each work station. • Two Lozier RXPRNT1DWRRP, or equal, printer units • One Lozier RXTRRP 24 inch, or equal, refuse unit, with minimum 30 gallon refuse bin. • One Lozier RXOPS, or equal, open storage unit. • Lozier RX5DRRP, or equal, five drawer units, quantity as required to utilize remaining undercounter space. The open storage, drawer, printer, and refuse units' exact undercounter locations will be decided at a post award meeting. Above the counter, between the two customer pick up/drop off windows (see section 3.6.3.5 below), the following shelving shall be furnished above each of the three workstations: • Quantity of three (3) 7.5 inches deep X 36 inches wide X 39 inches high, Lozier RXWMS339 shelving units, or equal. The shelving shall be installed starting 17±2.0 inches from the windows with 17±2.0 inches between shelving units. The counter area beneath each of the three shelving units is a defined workstation. Between the shelving units (on either side of the center shelving unit), to provide some privacy at each work station, a divider partition shall be furnished. The divider partitions (2) shall extend from the ceiling to the top of the counter and extend 20±1.0 inches form the wall. The divider partitions shall be minimum 5/8 inch in thickness and shall be covered with a sound absorbing material. A phone jack and CAT 5 jack shall be provided at each of the three pharmacy counter workstations located between the shelving required above.. A wall mounted, or corded, telephone shall be provided at each phone jack. The telephones shall be AT&T model ATT1040, or equal. The exact location of the phones shall be decided at a post award meeting. The telephone may be directly wall mounted on installed on a wall mounted shelf. The final configuration of the pharmacy area described above will be approved by the Government at a post award meeting. Offering: Shelving Manufacturer: _________________________________________ Brand/Model: _________________________________________ Offering: Wall Mounted Telephones Manufacturer: _________________________________________ Brand/Model: _________________________________________ 3.6.3.4.1 AFT WALL OF PHARMACY AREA-PRESCRIPTION PICK UP AREA AND SATELLITE CONTROL CABINET There shall be two vertical rows of will call baskets with dividers and label holders, Lozier FRXWCB3207 (each 32 inches in width and 7 inches deep) with Lozier RXWCBD dividers, or equal, installed at the end wall of the pharmacy area, beginning at the curbside wall. Adjacent to the will call baskets, between the baskets and the streetside wall, the satellite control system shall be installed in cabinet that extends into the generator control room such that the cabinet opening inside the pharmacy area is flush, or near flush, with the wall. This cabinet shall have a lockable roll up door that opens into the pharmacy area. The final design of this aft wall will be approved by the Government at the VDR meeting. 3.6.3.5 CUSTOMER PICK UP / DROP OFF WINDOWS There shall be two customer service windows in the pharmacy area. The customer drop off and pick up windows shall be Interbank T-30X36 transaction windows or equal. The windows shall have JIC Level 3 Bullet Proof Glass. Final design shall be approved by the Government at the VDR meeting. Offering: Transaction Windows Manufacturer: ___________________________________________ Model, Style, Finish: ______________________________________ 3.6.3.6 SHREDDER A shredder shall be provided housed under the counter in the pharmacy storage area. See Attachment 1 for reference. A Fellows Powershred DM12-C or equal shall be provided. The location of the shredder shall be determined at a post award meeting. Offering: Shredder Manufacturer: ___________________________________________ Model, Style, Finish: ______________________________________ 3.6.3.7 PRINTERS Two (2) HP LaserJet 4515N printers, with HP-5.3 Font Media chip (card or USB connection) installed shall provided and installed under the counter in the pharmacy storage area, see Attachment # 1 for reference. The printers shall be installed in the undercounter printer units required in section 3.6.3.4 above. 3.6.3.8 PHARMACY AREA CLERICAL TASK CHAIRS Two (2) adjustable ergonomic office-type chairs with arm rests, on a swivel pedestal with five (5) caster wheels, shall be provided. Chairs shall be Clinton 2188-W Lab Stool or equal chair unit. All casters shall be individually manually locking. Chair shall be premium, stain-resistant, woven, knit-backed, vinyl upholstery, seat height and back support shall be adjustable. Chair shall be secured for travel by a strap or bungee cord in a manner approved by the Government. The Government, upon award, shall determine the chair color. Offering: Chairs: Manufacturer: ____________________________________________ Model & Options: __________________________________________ 3.6.3.9 ANTI-FATIGUE MATS Anti-fatigue mats shall be provided in the pharmacy storage / dispensing area. The mats shall be placed in all areas of the work space as required to provide the staff a comfortable standing surface. The mats shall be Layne Ortho Mats, ¾" thick, smooth top, color grey or equal shall be provided. Offering: Anti-Fatigue Mats Manufacturer: ___________________________________________________ Brand/Model: ___________________________________________________ 3.6.3.10 STEP LADDER FOR ACCESS TO SHELVING A Commercial Spring Loaded Ladder, Zorin Model # V-LAD-2-Y, or equal shall be provided. A method to secure the ladder during travel shall be provided at the end of the storage cabinets on the driver's side of the vehicle. Offering: Step Ladder Manufacturer: __________________________________________________________ Model: ________________________________________________________________ 3.6.4 GENERATOR ROOM The generator / storage room shall be next to the pharmacy area and separated by double wall spaced for sound deadening. The area shall be approximately 5 ½ feet long and house the generator, fuel tank electrical equipment and storage for handrails, etc. The fuel tank shall hold enough fuel to run the generator at full load for four (4) days. The offeror is responsible for the final detailed lay out of the trailer interior and the final design shall be approved by the Government at the VDR meeting. 3.7 COMPUTER AND SATELLITE REQUIREMENT 3.7.1 COMPUTER SYSTEM Five Panasonic Toughbook laptop computers shall be furnished, meeting the following specifications: Model CF-74KDMBZ2M • Product Description: Panasonic Toughbook 74, Core 2 Duo P8600 2.4 GHz, 13.3" TFT • Dimensions (WxDxH): 12 in x 11.6 in x 2.4 in • Weight: 6 lbs • Localization: North America • System Type: Notebook • Built-in Devices: Stereo speakers • Embedded Security: Trusted Platform Module (TPM 1.2) Security Chip • Processor: Intel Core 2 Duo P8600 / 2.4 GHz ( Dual-Core ) • Cache Memory: 3 MB, L2 cache • RAM: 2 GB (installed) / 4 GB (max), DDR2 SDRAM • Card Reader: Yes • Hard Drive: 160 GB • Optical Storage: DVD±RW (±R DL) / DVD-RAM, integrated • Display: 13.3" TFT 1024 x 768 ( XGA ) • Graphics Controller: Intel GMA 4500MHD • Memory Allocation Technology: Dynamic Video Memory Technology 5.0 • Audio Output: Sound card • Telecom: Fax / modem, 56 Kbps • Networking: Network adapter, Ethernet, Fast Ethernet, Gigabit Ethernet • Input Device: Keyboard, touch-screen, touchpad • Power: AC 120/230 V ( 50/60 Hz ) • Battery: Lithium ion • Run Time (Up To): 8 hour(s) • Operating System: Microsoft Windows Vista Business / XP Professional downgrade • OS Preinstalled: Windows XP • Environmental Standards:, EPEAT Silver • Manufacturer Warranty: 3 years warranty The laptop computers shall be furnished and installed at the work station areas as shown in Attachment # 1 in the pharmacy and staff areas. The final location of all workstations shall be approved by the Government at the VDR meeting. The systems shall be installed, connected, and integrated with all necessary cables and wires to make a fully operational computer system through the satellite communication system. Wires and cables shall be installed in a professional manner. The computer system components shall be protected from transient power surges by using the UPS powered outlets for power. 3.7.2 SATELLITE COMMUNICATION SYSTEM The following satellite communication system shall be procured by the contractor and installed, connected, and integrated with all necessary cables and wires to make a fully operational system compatible with the Veterans Administration system requirements. The layout of equipment location shall be provided by the offer and approved by the Government at the VDR meeting. The offeror shall coordinate the installation by a manufacturer's certified distributor. The system shall be a TracStar System, and system integration shall be sub-contracted to and performed by the following: Apptis 14155 Newbrook Drive Chantilly, Va. 20151 Phone: 602-538-5557 The contractor is responsible for the overall installation, insuring that system is compatible with equipment on the trailer and timing. The system shall consist of the following components: 1. MVS1200, TracStar System, Inc. 1.2M auto acquisition antenna with 30 ft. cables 2. iDirect 7000 VSAT Site - 4 Watt, TracStar System, Inc. iDirect 7000 Series satellite modem, 4 watt block upconverter and LNB 3. 8U Rack case, TracStar System, Inc. VA Clinic: Portable 8 U rack case integrated with 8 port ethernet switch, 650 watt DC/AC inverter, wireless access point, power conditioner power strip, and connector panels. 4. TS-86423-800 TracStar System, Inc. VA CLIN Satellite Friendly Voice Gateway, Enterprise firewall router, 4 WAN ports, 4 LAN Ports and 8 VoIP port (specify FXS or FXO) 5. SIP Phone Pack TracStar System, Inc. 4 pack of SIP wireless 802.11 Phones 6. 768257 Panasonic Single line cordless phone 7. CISCO02811-V3PN/K9 Cisco 2811 V3PN bdle w/AIM-VPN,PVDM2-16,CCME-36, AdvIPServ,64F/256D 8. PWR-2811-AC-IP Cisco 2811 AC/IP power supply 9. NM-16ESW-PWR Cisco 16 port 10/100 EtherSwitch NM with In-Line Power support 10. CON-SNT-C2811V3P Cisco SMARTNET 8X5XNBD 2811 V3PN bdle v/AIM 11. HWIC-AP-AG-A= Cisco AS HWIC, 2 radios (2.4/5 GHz radios 802.11a/b/g) Americas 12. INSTALL Apptis ITB Installation, training and documentation. FFP. Includes travel an expenses. 13. BWTS-1024-1024-M TracStar System, Inc. VA Monthly TracvSat 1024/1024Kbps. 12 Month Contract 14. 2200-22800-001 TracStar System, Inc. Polycom-VSX 3000 Series-Video Unit IP Only 15. 4870-00066-150 TracStar System, Inc. Polycom VSX3000 1st year premium support 16. CP-7941G Cisco IP Phone 7941 17. SW-CCM-UL-7941 Cisco License, CallManager, Cisco IP Phone 7941 18. CON-SNT-CP7941 Cisco SMARTNET 8X5XNBD IP Phone 7941, CCME 19. 915044V0E21F ITT 9150 ASH Phone 20. ATUO AQUIRE ANTENNA INSTALLATION. Vehicle installation of antenna in Orlando, FL... Or coordinated with Apptis. 21. SV360 TracStar System, Inc. VA Clin: in-motion, auto acquire satellite television antenna with dual LNB 22. FAX-SATIP37-C Satellite friendly T.37 FAX machine within shippable storage case. 23. TS-SIP-ACT SIP Phone Service Set-up Fee 24. TS-SIP-8 Yrly 8 Line SIP Service, 400 Minutes Monthly. 25. TS-SIP-911 Yearly 911 Handling Service Charge for 8 Lines The offeror shall provide a copy of the installation quote from Apptis with the offer. 3.7.3 INTERNET PROVISIONS The trailer shall be pre-wired for internet CAT5e cables and phone connections as required to integrate the satellite communication system and pharmacy operations. These connections shall be run from the satellite system to the work station locations in the trailer, UPS power outlets for the computers shall be located with the CAT5e connections as required. The final layout of satellite systems, TV's, phones, and workstation locations shall be drawn by the offeror and approved by the Government at the VDR meeting.. 3.7.4 EXTERIOR TELEPHONE OUTLETS AND INTERNET CONNECTIONS The exterior of the vehicle shall have four (4) telephone jacks on the curbside of the vehicle, collocated to the telephone connections shall be four UPS power connections, four internet connections and the Cisco encryption device cross over cable required to hook the computers to the satellite system. 3.7.5 CABLE RACEWAYS The semitrailer shall be provided with two front-to-rear communications / computer raceways. Each raceway shall have a minimum size of 2 by 3 inches. The raceways shall be installed above the ceiling. One raceway shall be located on the curbside and one on the streetside. The semitrailer shall be furnished with six (6) lateral, flexible, 1-1/2 inch conduits, with pull wire preinstalled to allow hookup of all computers and TV systems. The cable raceways shall be separate from the raceways used to carry power cables. Drops shall be furnished from these raceways to the work areas where the computers will be placed. All cable and electrical wiring shall be labeled at each end for ease of maintenance and shown on an as built vehicle wiring schematic supplied at vehicle delivery. 3.8 TRAILER INTERIOR SECURITY ALARM SYSTEM An intrusion alarm system shall be furnished to protect the interior of the trailer meeting the following requirements. • minimum of two keypads furnished: one exterior weatherproof pad near the staff entrance door and a second pad located inside by the door between the pharmacy area and the staff area The zones for the system shall be separate between the pharmacy area and the staff areas • panic mode • minimum 126 decibel siren • visual and audible effects upon activation of alarm • visual deterrent LED • anti-nuisance circuitry • Sensors / switches shall be installed on entry doors and generator compartment. • Motion detectors shall be installed in each room in the trailer body, as required to cover all the rooms with doors closed, and to protect the whole interior of body without blind spots. • The system shall be powered by shore power, generator and/or vehicle battery power. 3.9 EXTERIOR SECURITY SYSTEM Eight (8) Panasonic PABBHCM331A Outdoor Network Cameras with 2-Way Audio or equal shall be mounted on the upper edge of the trailer sides. The units shall be recessed in the walls. The system shall use one of the workstations to access the signals over the internet and also feed the output to a separate Dell 22 inch P2210T VIS Professional Widescreen Flat Panel, screen mounting location to be determined and approved by the Government at the VDR meeting. The camera and monitor shall be installed in accordance with all manufacturer installation instructions and recommendations. The camera and camera wiring mounting shall be watertight utilizing gaskets and grommets as required to assure a watertight installation. Offeror shall furnish detailed information on the surveillance camera system they propose in their offer, for government approval. Offering: Security camera system Manufacturer: ____________________________________________ Model & Options: __________________________________________ Offering: Additional Screen Manufacturer: ____________________________________________ Model :___________________________________________________ 3.10 SMOKE DETECTORS Four 120 AC with 9 VDC battery backup powered combination smoke and CO detectors shall be furnished and installed. One in each section of the body, final location shall be approved by the government. The units shall be tied together to sound the alarm in all areas. 3.11 FIRE EXTINGUISHER / SAFETY TRIANGLES A CO2 fire extinguisher and five ten lb. ABC extinguisher shall be furnished and mounted in the cab and body of the vehicle, location to be determined at the VDR meeting. A set of DOT approved flares (6), three reflective safety triangles and four orange safety cones shall be provided and shall be shipped loose with the vehicle. 3.12 NOISE LEVELS The interior noise level shall be measured in center of each area along the centerline of the body at a height of 3 feet, no reading shall exceed 65 dB (A), with the generator operating at full load, and all air conditioners on and set to coldest setting. Doors between the areas shall be open for one test and closed for the second test. Vehicle engine shall be off for the test. Testing shall be witnessed by the government. 3.13 SPECIAL EQUIPMENT 3.13.1 FLAT PANEL TV DISPLAYS Two (2) flat panel HDTV's shall be provided, wall mounted, and located as indicated in Attachments # 1. The following TV's, or equal, shall be provided for use inside the vehicle. The offer shall verify that the units listed have a USB port access or some means to connect to a USB port, or recommend another unit with such capabilities that meets the same quality standards as those listed below. • Two 40 Sony BRAVIA KDL-40EX710 1080P 120 Hz HDTV's, or equal: one each shall be located in the staff sleeping area and the staff lounge area. The televisions shall be mounted as shown in Attachment # 1. CAT 5 and audio / video cables and power connections as required shall be provided from the satellite / TV. A 1080 P upconvert DVD player shall also be furnished and wired to the televisions. The flat screen TVs shall be capable of receiving input signals from a DVD or desktop computer and the satellite system. Power for the HDTV's shall be from the UPS. Final location and model shall be approved by the Government. Offering: Flat Panel HDTV's Manufacturer: _________________________________________ Brand/Model: __________________________________________ Offering: DVD Player Manufacturer: _________________________________________ Brand/Model: __________________________________________ 3.13.2 MUSIC SYSTEM / PA SYSTEM An AM/FM/CD music and PA system shall be furnished for use externally under the awning area. The system shall be available to be used inside the trailer for staff use. The system shall be located to be controlled by staff only. This radio system shall have sufficient output to handle one external set of speakers, under the awning area and the three sets located in all the rooms of the trailer interior. A wireless microphone shall be provided for the staff inside the trailer to make announcements over the outside PA system. Each set of speakers shall have individual volume control and be capable of being turned off independently. Final location and amount of speakers shall be approved by the government. Offering: AM/FM/CD System Manufacturer: _______________________________________________________ Brand/Model Speakers - Interior________________________________________ Brand/Model Speakers - Exterior: _____________________________________ Offering: PA system Interior System Manufacturer: _________________________________________ Brand/Model: __________________________________________ 3.13.3 BACK UP CAMERA AND SONAR PROXIMITY SYSTEM Integrated rear proximity, backup alarm and camera shall be installed in on the rear of the trailer allowing the driver to view the area to the area of the vehicle when backing up. The system shall include IR night vision capability, minimum 7 inch monitor, minimum 120 degree rear viewing angle, and one-way audio. TFT screen for the system and controls shall be installed in the vehicle cab and visible by the driver. Sonar System Inc. model #HCS-700 or equal shall be installed. The monitor shall be mounted on the instrument panel or dashboard in the "GFE" tractor and be easily viewed by the driver. The camera and monitor shall be installed in accordance with all manufacturer installation instructions and recommendations. The camera and camera wiring mounting shall be watertight utilizing gaskets and grommets as required to assure a watertight installation. Offeror shall furnish detailed information on the system they propose in their offer, for government approval. Offering: Backup camera system Manufacturer: ____________________________________________________ Model: ___________________________________________________________ 3.13.4 CB RADIO The contractor shall furnish and shall be responsible for installing a Cobra Model 25 WX NW ST CB radio, or equal, with the following features: • 40 CB channels • 7 NOAA weather channels • 9 ft microphone cord and front microphone connector • PA capability • Illuminated front panel • Dimmer control • Emergency weather alert • 4 watts AM RF power output • Instant access to emergency channel 9 and information channel 19 The CB radio shall be furnished and installed with antenna, wiring, and all necessary components to assure a functional and functionally tested CB radio installation. Two weather resistant external speakers, one each on the driver and passenger sides of the trailer shall be furnished and wired into the CB radio for external public address (PA) purposes. Offering: CB Radio Manufacturer: ____________________________________________________________ Model: ___________________________________________________________________ 3.14 HVAC SYSTEMS 3.14.1 AIR CONDITIONERS Two (2) MarvAir GreenPac HGR units, model AVP42ACA05HG, extreme duty, or equal shall be provided. The unit shall provide a minimum of 42000 BTU at 95 degree DB temperature, and have and electric heating element rated at 5KW. All the components are to be provided to deliver the unit as a system. The unit is to be installed on the front wall of the trailer body as shown on Attachment # 1. The AC unit shall be wired on a dedicated 208/230VAC, 1 PH, 60 HZ circuit with a circuit breaker at the 120VAC breaker panel as required by the manufacturer. Drains from the unit shall be able to be hooked to a hose to direct drain water away from trailer body when required as in use inside a confined space. The system shall meet HEPA filtration requirements on both the fresh air intake and recirculation side of the system. Reference DOD-STD-3020-97 Specification for HEPA Filters Used By DOE Contractors. Offering: Body mounted AC system. Manufacturer's Name_____________________________ Brand/Model__________________________________ Offering: Air Conditioner Manufacturer: _________________________________________________________ Model: ________________________________________________________________ 3.14.2 HVAC DUCTS AND DIFUSERS. Supply and return air ducts and adjustable diffusers shall be provided to meet the air conditioning requirements specified herein. Supply and return air ducts shall be either galvanized sheet metal or flexible polyester type. All ducts shall be insulated. Supply air ducts shall be located above the finished ceiling and run in a straight line from the front to rear of the vehicle. Return air ducts shall run in a straight line from the front to rear of the vehicle and be located either above the finished ceiling or below the floor. All ducts shall be held securely by use of aluminum or steel bracing. Supply ducts shall be furnished with adjustable diffusers. Diffusers shall be mounted on the ceiling and match the color of the ceiling panels. Diffusers shall be furnished as follows for optimum distribution of heating and cooling, for both the staff and public areas when the staff area is closed off. Diffuser(s) shall be located so as not to interfere with the proper operation of the thermostat. Diffusers(s) shall not be placed directly above the thermostat. Return grilles shall be furnished as follows to provide optimum air flow in the body. The return grilles shall be located in either the walls or ceiling. The return air ducts and grills shall be sized to collectively be 120% larger in cross sectional area than the evaporator supply duct. The supply and return ducts shall be sized to allow high volume low velocity, low noise and even distribution of air. An air conditioning supply duct and diffuser shall be furnished to satellite equipment installed to provide airflow for cooling. It is permissible for the return air from the equipment area to be circulated back through the roof mechanical raceways in lieu of a separate return air duct. 3.14.3 THERMOSTATS The vehicle shall be furnished with a remote thermostat to control the air conditioning and heating. Heating/cooling shall be controlled through a single electronic thermostat. The thermostat shall control the 5KW supplemental heat and the Oasis heaters. The thermostat shall provide the following features: on/off, fan/ air conditioning, heating. The thermostat shall be located such that it can only be accessed by the staff, and shall be installed in accordance with the manufacturers' instructions. Thermostat shall be mounted in a government approved location. 3.14.4 HEATING SYSTEM Mounted in one of the undercarriage storage compartments, or other convenient place, a self-contained, diesel fired, thermostat controlled, forced air heating and water heating system consisting of a "Oasis" model # CH 50 16 gallon diesel fired heater system sized to provide space heat for the body with a minimum rating of 42,000 BTU/hr or equal shall be furnished with all ancillary equipment required to provide force air, thermostatically controlled heat to the body. The unit shall back up electric heat to supplement the unit as required. The unit shall also have the capability to provide heated water as a continuous flow heater to all the faucets in the unit meeting minimum flow requirements. The unit shall be designed and constructed for use in mobile operations and mounted and insulated to prevent transfer of vibration. The units output shall be tied into and ducted through the AC system of the vehicle or through individual heat exchangers to provide equal heat throughout the body. Final configuration of the heating system and outlets shall be approved by the government. Offering: Diesel Fired Heater Manufacturer: _________________________________________________________ Model: _______________________________________________________________ 3.15 PLUMBING SYSTEM All plumbing installations shall be in accordance with Builders Officials Code Administrators (BOCA) National plumbing code, except as modified herein. The vehicle shall be equipped with the following: water supply system, drainage, waste and venting system and holding tanks. 3.15.1 WATER SUPPLY SYSTEM The vehicle shall be equipped with tepid and hot water supply system. The water supply system shall be designed and constructed to assure pure drinking water conforming to the following: National Sanitation Foundation International Standard 14 for ingredients, materials, products, quality assurance, and marking, National Sanitation Foundation International Standard 61 for taste, impurities and harmful chemicals in the system components. Anti-freeze tubing shall be furnished to conduct potable water throughout the vehicle. Tubing shall be in accordance with NSF, ASTM F876 and ASTM F877. All fittings shall comply with ASTM F877 and CSA B137.5. Tubing shall withstand freezing without leaking or breaking. Tubing shall have a rated working pressure of 100 psi at 180 degrees Fahrenheit. All tubing joints shall be easily accessible for repairs through access panels. The tubing shall be installed behind the finished walls or below the subfloor. No visible tubing in public areas shall be permitted. All tubing runs shall be protected with thermostatically controlled electrical freeze wrapping with accessible test points for each. The entire plumbing system shall be done in PEX with appropriate fittings. The vehicle plumbing system shall be capable of using a pressurized external supply source (city water), when available. A 50-foot length, ¾ inch inside diameter, reinforced supply hose shall be furnished. The supply hose shall be furnished with brass fittings having garden hose thread connections. The supply hose shall be FDA approved for potable water. The vehicle shall be furnished with a ¾ inch hose RV style fresh water inlet. The inlet shall be located on the curbside near the fresh water tank. 3.15.2 DRAINAGE, WASTE AND VENTS All drainpipes shall be ABS or PVC rigid plastic pipes. Drainage pipes shall be pitched for gravity flow to final disposal. All drainpipes shall be installed behind the finished walls or below the floor. No visible pipes in public areas shall be permitted. Drainpipes shall be properly vented out to the side of the vehicle with louvered covers over the openings. Each plumbing fixture that has a drain shall be provided with a water trap. The water supply system shall be designed so that all contained water in the potable water holding tank and associated tubing can be drained. The drainage system for wastewater (black water) shall be through a 3-inch gate type dump valve. A section of drain hose for the black water tank shall be provided and an area for storage shall be supplied on the trailer. 3.15.3 TANKS A 200-gallon potable water holding tank and a 250-gallon black water holding tank shall be provided. The holding tanks shall be constructed of a corrosion resistant material. All holding tanks shall be securely mounted and supported. The holding tanks shall be placed underbody and close to the restroom and galley areas. The holding tanks shall be positioned to provide a uniform vehicle weight distribution. The potable water holding tank shall be physically separated from the black water holding tank so no inadvertent mistake can cause the black water to enter the potable water holding tank. The black water drain connections shall be distinguishable by size and designation. The potable water holding tank shall be equipped as follows: female connection to accept the supply hose; a tank overflow pipe with flapper type relief valve and a shut-off valve. Tank level gages for potable water and black water shall be provided and located in the restroom. Both potable and black water tanks shall be protected with thermostatically controlled electrical freeze wrapping or heater strips and insulation. 3.15.4 POTABLE WATER SYSTEM A potable water pump shall be furnished. The potable water pump shall be an on-demand 110 V-AC motor driven diaphragm pump, self-priming, thermally protected, and include check valves rated to 125 psi to prevent cycling and backflow. The pump shall be capable of running dry for up to 200 hours without damage. The pump shall supply water pressure f or the staff rest room and galley area. 3.16 ELECTRICAL An electrical load analysis shall be performed on both AC and DC circuits. The analysis shall indicate the total current draw on each circuit. The total current draw of each circuit shall not exceed 60 percent of the current protection for that circuit. The load analysis shall be made available to the government for quality assurance purposes. 3.16.1 ELECTRICAL SYSTEM, 12 VDC The 12-volt system shall consist of two branches as follows: one branch shall power the OEM chassis components, equipment, accessories and Federal Motor Vehicle Safety Standard (FMVSS) lighting; the other branch shall utilize deep cycle batteries for powering 12-volt equipment and accessories associated with the clinical portion of the vehicle's mission, including interior lighting, etc. The batteries associated with both branches shall be charged by the cab-chassis vehicle engine alternator and the generators when energized. The 12-volt electrical system shall include the following: wiring, main distribution panel board, battery conditioner, batteries, battery isolator, power converter, branch circuits, and lighting as specified herein. 3.16.1.1 WIRING, 12VDC SYSTEM All 12-volt wiring shall be in accordance with the applicable portion of SAE J1292. All 12-volt wiring mounted to the chassis or outside the body shall be stranded and have SXL type insulation. All conductors shall be stranded copper. All 12-volt wire shall be routed in flexible loom or conduit. Wiring terminals used in all 12-volt wiring shall grip the wire insulation as well as the conductor. All fasteners, conduit, conduit fittings, shall not exhibit electrolysis with adjacent materials. All exterior lighting shall be wired within the body to the exterior lights. Wire shall be accessible for replacement without removing any component of the vehicle. Wire shall be capable of being replaced and serviced through the conduit and junction boxes. Grommets or electrical bulkhead fittings shall be employed for any wire passing through structural member(s). All 12-volt wire shall be color-coded as specified in SAE J560. The 12 VDC panel shall include a digital voltmeter and low voltage alarm, which activates at 12.5 volts. Wire and circuit breaker size shall be as follows: Wire size (minimum) Circuit breaker (maximum) 18 AWG 5 amperes 16 AWG 10 amperes 14 AWG 15 amperes 12 AWG 20 amperes 10 AWG 30 amperes 8 AWG 50 amperes 3.16.1.2 LIGHTING, EXTERIOR, 12 VDC All exterior Federal Motor Vehicle Safety Standard (FMVSS) lighting shall be in accordance with Federal Motor Vehicle Safety Standard (FMVSS) 108 (49 CFR 571.108). All lamps shall be LED type and shall be mounted in recessed locations or guarded to provide protection from operational hazards, except lower rear marker lamps and ABS light. The stop, turn and tail lamps shall be positioned vertically and recessed into the rear of the body. The vehicle shall be furnished with conspicuity markings in accordance with Federal Motor Vehicle Safety Standard (FMVSS) 108 (49 CFR 571.108). 3.16.1.3 LIGHTING, INTERIOR, 12 VDC A minimum of eight (8) 12-volt halogen dome lights shall be provided and shall be located through out the rooms in the ceiling of the body. A switch shall be provided on the interior wall near the rear entrance door to control the interior dome lights in each room. The switches shall be flush or surface mounted, white in color, and shall have a brushed stainless steel cover plate. The switch shall be labeled "12-VOLT INTERIOR LIGHTS". Final location and number of lights provided shall be approved by the Government. 3.16.1.4 EXTERIOR LIGHTING (12V COURTESY) A 12V courtesy light shall be located under the personnel doors to illuminate the stairs and shall be controlled by a switch inside each entrance door. 3.16.1.5 12 VDC ELECTRICAL OUTLETS A 12vdc electrical outlet shall be provided to all appliances that require it in the trailer body and the generator room. Locations shall be approved by the Government at the VDR meeting. 3.16.2 BATTERIES All batteries shall be installed in the generator room in a weather resistant compartment with a locking cover or lid that is either removable or opens to give full and easy access to the batteries. 3.16.2.1 GENERATOR STARTING HIGH CYCLE BATTERY A minimum of 2 lead-acid batteries, meeting the following requirements, shall be provided. They shall be charged by the chassis alternator and by the generator through the battery conditioner. These high cycle batteries shall be used to start the chassis engine and generator. • BCI Group 31 Minimum 625 Cold Cranking Amps (CCA) @ 0°F • Minimum Reserve Capacity (RC) of 180 minutes • Batteries furnished shall be from the following approved list or equal: o East Penn DEKA DP31CS or DPE31CS o Delphi Freedom Heavy Duty BU-31HC-700 Offering: High Cycle Batteries Manufacturer: _________________________________________________________ Model: ______________________________________________________________ 3.16.2.2 DEEP CYCLE BATTERIES Two sets of three (3) each deep-cycle batteries, Lifeline GPL-4DA batteries or equal shall be provided. These batteries shall provide power for all body interior 12-V DC equipment and lighting. Charging of these batteries shall be by trailer generator or shore power through the battery conditioner. All connections shall be made at the load end of the battery cables. Offering: Deep Cycle Batteries Manufacturer: _________________________________________________________ Model: ______________________________________________________________ 3.16.2.3 BATTERY ISOLATOR A battery isolator shall be furnished to electrically separate the high cycle batteries from the deep cycle battery. The isolator shall have dual inputs capable of receiving current from the generator or shore power through the power converter. The battery isolator shall be a Sure Power Industries, Incorporated and sized for the appropriate load, and have separate outputs to the each battery set. Offering: Battery Isolator Manufacturer: _________________________________________________________ Model: ______________________________________________________________ 3.16.2.4 POWER CONVERTER AND BATTERY CONDITIONER An automatic combination power converter and battery conditioner shall be furnished. The converter shall convert 115-volt alternating current into regulated 13.8-volt direct current (12-volt direct current output, nominal) from either the engine-generator or shore power system. The converter shall have the capacity to power all 12-volt systems specified herein, including the capability of jump-starting. The battery conditioner shall maintain all batteries in a fully charged state without gassing the electrolyte (over charging). The conditioner shall receive power whenever the 115VAC circuits are energized, whether through the generator or shore power. Offering: Battery Conditioner Manufacturer: _________________________________________________________ Model: ______________________________________________________________ 3.16.2.5 POWER INVERTER The vehicle shall be equipped with Power Inverters with a minimum capacity to coverthe satellite systems, refrigerators, computers and TV monitors through an appropriately sized distribution panel. The output of the power inverters shall supply power to the UPS system, and other systems to be selected at the VDR, from the deep cycle batteries when the generator or shore power is off line. The size shall be determined by the final electrical calculated loads supplied by the offeror. The inverter shall convert 12-volt battery current into regulated 120-volt alternating current (pure sine wave) power.. Offering: Power Inverter Manufacturer: _________________________________________________________ Model: _______________________________________________________________ 3.16.2.6 BATTERY KEEPER A battery keeper system shall be supplied to keep the service and deep cycle batteries from discharging during long tem storage. A power cord to connect the unit to shore power shall be provided. 3.16.3 AC ELECTRICAL SYSTEM An electrical load analysis shall be performed on both AC and DC circuits. The analysis shall indicate the total current draw on each circuit. The total current draw of each circuit shall not exceed 60 percent of the current protection for that circuit. The load analysis shall be made available to the government for quality assurance purposes. The vehicle body AC electrical system shall be in accordance with the National Electrical Code (NEC). The vehicle shall be equipped with a 120-volt, single phase, 60 Hz, 3-wire and a 240-volt, single phase, 60-Hz, 3-wire electrical system. The electrical system supply shall be from the on-board diesel engine generator. The system shall consist of the following: • Wiring • 120/240-volt 3-wire, single phase AC main distribution panel sized to the output of the generator • Branch circuits • Breakers for all equipment with a minimum of 15% spare breakers in the main panel • Receptacles • Lighting and switches as specified herein The panel shall include reverse polarity indication/warning, a digital combination voltage, frequency, and current meter, and a high current alarm. A 3-position manual meter line switch shall be furnished. The line switch shall be a spring biased switch and installed such that the switch is normally biased to the vocational branch of the 120 VAC circuit. The meters shall be capable of measuring the input feed (either leg individually (120VAC) or across both legs (240VAC) from either the generator or shore power. A power panel courtesy light shall be installed at the power panel and shall illuminate the power breakers 3.16.3.1 120 VAC WIRING The vehicle shall be wired from the main distribution panel board (located to be determined at the VDR). All wiring and cable conductors shall be stranded copper and THHN insulation. Wiring shall be color coded at the junction boxes and at the main distribution panel board for identification purposes. All electrical and electronic wires shall be run in rigid electrical conduit, ELECTRI-FLEX Conduit - Jacketed Metallic Flexible or plastic conduit for ease of repair. It is not acceptable for any wiring to pass over a sharp edge. Wiring shall be of sufficient size and gauge to carry 125% of the current imposed in operating the electrical system without loss of dielectric strength. All receptacles shall be of the GFCI protected type. All receptacles shall be (NEMA 5-15R) white duplex outlet 120VAC, 15 amp duplex electrical receptacles. Receptacles shall be white and covered with a brushed stainless steel cover plate. 3.16.3.2 BRANCH CIRCUITS The vehicle shall be provided with 15-ampere branch circuits, as required by the NEC, throughout. Loads shall be evenly proportioned among the legs and branch circuits. All lighting shall be grouped together on specific branch circuits. Each piece of equipment and each appliance shall have dedicated circuits when required by the manufacturer or when specified herein. 3.16.3.3 120VAC INTERIOR OUTLETS Duplex outlets shall be provided as required to each of the work stations, the galley area and throughout the vehicle as required. Color coded (red or orange), duplex 120 VAC, specification-grade interior outlets shall be provided as required for all items fed by the UPS system. White, duplex 120 VAC, specification-grade interior outlets shall be provided along the outside wall of the trailer body, the white duplex outlets shall identify non-UPS powered outlets, and all shall be GFCI protected. Four additional white, duplex 120 VAC, GFCI protected outlets shall be provided near the galley area for exclusive use with this equipment. Also a 12 VDC outlet shall be provided by the refrigerator and along side each 120 VAC outlet. Final locations shall be approved by the Government at the VDR meeting. 3.16.3.4 120VAC EXTERIOR OUTLETS A total of six (6) GFI protected exterior duplex outlets shall be provided on the curb side of the trailer body near the slide out as shown on Attachment # 1. 3.16.3.5 LIGHTING, INTERIOR, 120 VAC Lighting throughout all three sections of the vehicle shall be T8 fluorescent lighting fixtures, each area fixture shall be controlled by wall mounted switches for each section and each light capable be of being individually switched. The light fixture shall be modified and supplied with LED Waves manufacturer model # LW10-8504-C15-G3G-W4K-F) Day white Continuous Fluorescent lamps or equal. The fixtures shall have clear polycarbonate prismatic diffusers hinged at one side with a continuous type hinge and shall have positive securing catches on the other side. At least two captive screws or similar devices shall be employed on the side opposite the hinge to assure that the cover does not drop during transit. Manufacturing of fixtures shall be Kenall model # HASEC114-2-32-PB-1-120-5F-5H-6-TH or equal. The light fixtures shall be switched at an easily accessible location in each of the sections at the front and rear of the vehicles. All fixtures shall be securely anchored by use of aluminum or steel bracing to prevent loosening or damage due to vibrations caused by rough transit. Each light shall be capable of being individually switched. The lighting fixtures shall be positioned as required to provide adequate work lighting in the trailer. A light intensity of 70 foot-candles minimum shall be required, measured at floor or work space level. Task lighting shall be installed on all counter surfaces including the galley and pharmacy area. Offering: Interior Lighting Manufacturer: _________________________________________________________ Model: ______________________________________________________________ 3.16.3.6 LIGHTING, EXTERIOR, 120 VAC Eight (8) weatherproof, Fire Research Optimum, recessed 300 watt, 120 VAC, floodlights, model OPA200-S30, surface mounted, used for area and security lighting shall be installed. The floodlighting fixtures shall be mounted as follows: three on the streetside the trailer; three on the curbside of the trailer and one on the front and rear of trailer body. The floodlights shall have a compact housing and protrude no more than 3 inches from the vehicle body; lamp bodies can be recessed in the body to achieve the 3 inch requirement. The floodlights shall be able to be switched on/off manually individually. Switches to control the lights shall be approved by the Government at the VDR meeting. 3.16.3.7 WALL SWITCHES Rocker design (touch on and off operation), switches shall be provided for all room lighting. The switches shall be single pole and rated at 20 ampere/120 volts, and UL listed. Each switch shall be recessed into the wall and enclosed in a galvanized steel box. The color of the switches shall be white. Each switch shall be provided with a brushed stainless steel cover plate. Switches shall be provided for all interior lighting at the front of the vehicle body and by the rear doors. Note: Final location shall be review and approved by the government at the vehicle design review. The number of switches listed above is a minimum requirement. Additional switches shall be added as required. 3.16.3.8 UPS SYSTEM Eaton Power Quality units, UPS Model Powerware 9130, Rackmount, 3000VA, shall be provided. The input voltage shall be 120 VAC and the output voltage shall be 120 VAC. The UPS input shall be supplied through the 120 VAC systems and the inverters. The UPS output shall be wired through power panel circuit breakers and to special outlets for the Toughbooks and the satellite system. The number of units shall be determined by the final electrical calculated loads supplied by the offeror. Offering: UPS System Manufacturer: _________________________________________ Brand/Model: __________________________________________ 3.16.4 GENERATOR 3.16.4.1 DIESEL GENERATOR A Martin model CGS37, 35 KW, 120/240 volt, 60 Hertz, single phase diesel powered engine-generator or equal, shall be furnished. Final sizing of the generator shall be reviewed after the electrical analysis of the system provided by the offeror along with his recommendation for generator size required. The final size shall be approved by the Government at the VDR meeting. The engine-generator shall be mounted on shock/vibration isolation mounts. The engine-generator room shall be designed and lined with sufficient sound deadening material to provide the required sound level in the vehicle when the generator is at full load without hampering the use of the generator. The engine-generator shall be capable of operating during transit. The engine-generator shall be located rear of the trailer body in the generator room. An original equipment manufacturer engine-generator control panel shall be furnished and located near the engine-generator with clearly labeled operating instructions posted. The control panel shall include at a minimum a start/stop switch, hour meter for the generator, and glow plug control switch. A remote start switch and control panel shall be provided. The location of the start switch shall be near the electrical panel. The engine shall have an easily accessible oil drain with valve and drain hose to the underside of the stowage compartment. The engine-generator starter shall be connected to the auxiliary battery. The generator shall be capable of providing 12-volt direct current through a power converter to various equipment and lighting as specified herein. The engine-generator exhaust shall be routed to the body perimeter and directed away from the vehicle. Components, exhaust routing, direction and performance shall not be compromised during transit mode of operation. The exhaust piping shall be stainless steel and include a flex section to the engine. The exhaust piping, exhaust provisions, air intake, and all other facets of the generator's installation shall be in full accordance with the generator's manufacturer's installation requirements. The exhaust piping shall be vibration isolated from the vehicle body or vehicle structure. The generator shall power all communications systems and all components of the command and control infrastructure including air conditioning. Offering: Generator Manufacturer: _________________________________________________________ Model: ______________________________________________________________ 3.16.4.2 GENERATOR FUEL SYSTEM The engine-generator shall be fueled from the on board fuel tank(s) through a dedicated fuel line. Check valve(s) shall be installed to prevent fuel drain-back. The fuel system for the engine-generator shall conform to Federal Motor Carrier Safety Regulations 393.65 and 393.67. A dedicated fuel /water separator/filter rated for generator engine, shall be furnished for the engine-generator and located in an easily accessible area of the engine-generator compartment and include water drain tubing to the exterior of the compartment. The on board fuel capacity shall be calculated to provide at a minimum sufficient fuel for running the generator and the Oasis fuel heater at full capacity for four (4) days. 3.16.4.3 GROUNDING LUG A dual rated solderless lug for attaching a copper or aluminum earth ground to the parked vehicle shall be furnished. The grounding lug shall be located within six feet of the shore power cable stowage compartment. The grounding lug shall be securely attached to the vehicle mechanically and electrically connected to the vehicle body by means of a stranded ground wire. The grounding lug shall be electrically connected to the green wire. The grounding lug location shall provide easy access for maintenance, inspection, future rewiring and for connecting the earth ground. The lug shall be manufactured from 6061-T6 aluminum alloy. The lug shall be an electro-tin plated, CSA certified and UL listed Ilsco Incorporated model TA250 or equal. Offering: Grounding Lug Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.16.5 SHORE POWER SYSTEM 240 VAC The vehicle shall be equipped with a 240-volt, single-phase shore power system. The shore power system shall provide full power to all the vehicle's equipment, components and electrical devices. The offeror shall supply fifty feet of cable, rated at a minimum of (sized to match generator output) amps and W, SWO or SJO per the National Electrical Code with posi-lok E-Z style connectors. Cable terminations on the shore power cable shall be watertight when in use. All cable connections shall mate properly and be electrically safe. The shore power cable shall be supplied with a final connector and 24 inch pigtail to terminate. The location of the shore power connections shall be in the generator room along with the tapping transformer. The shore power compartment shall have a sealed port to feed power in and out with all doors to the generator room closed. Offering: Cables Manufacturer: __________________________________________ Brand/Model: __________________________________________ Offering: Connectors Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.16.5.1 MULTI-TAP SHORE POWER INPUT TRANSFORMER (200 AMP INPUT) A multi-tap transformer containing a rotary power select switch with selections for correcting input voltage of 190 - 200 - 215 - 230 - 270 volts of input power and a volt meter for measuring input voltage shall be provided connecting to the automatic transfer switch to provide power to the vehicle. Voltage and amperage meters shall be supplied by the transformer and inside the vehicle at the power distribution panel. Offering: Tap Transformer Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.16.5.2 AUTO TRANSFER SWITCH The main power system for the vehicle is the generator which runs to supply power to the vehicle. If the vehicle is connected to shore power and it fails then the auto transfer switch, rated 240VAC, 200 amps, shall be installed, in one of the storage bays near the generator storage bay, to automatically start the diesel generator and pick up the load within one (1) minute. If the power from the shore power is restored the switch shall automatically switch back to it and let the diesel generator cool down before shutting off. Offering: Auto Transfer Switch Manufacturer: __________________________________________ Brand/Model: __________________________________________ 3.17 KEYS Four sets of keys shall be furnished for every lock on the vehicle. All storage compartments shall be keyed alike. 3.18 MARKING, DATA, PLATES A permanent aluminum or plastic plate, indicating the name of the manufacturer; vehicle type; year and model number; warranty expiration date (month and year); manufacturer's vehicle identification numbers and vehicle dimensions, including overall height, width, length, and GVW, shall be permanently affixed to the vehicle in one of the following locations: inside the glove box door; or on the driver's side door post. Actual location shall be subject to the approval of the government. Data shall be permanent. Frame attachment for attachment of identifying placard shall be provided on both sides of the vehicle. Size and location shall be provided at the VDR meeting and placement shall be approved by the Government. 3.18.1 GSA Form 1398 Unless otherwise specified, the Contractor shall affix one copy of GSA Form 1398, GSA Purchased Vehicle, fully completed, to the right or left front door lock face or door post after final inspection is made. All marks on windows and other labels (except labels cautioning against drained transmission, crankcase, and rear axle) shall be removed. Copies of GSA Form 1398 are available from the Contracting Officer. NOTE TO OFFEROR: Data shown in the solicitation schedule of items may be utilized to satisfy the requirements for the following to be shown on GSA Form 1398: (1) Receiving Agency-Examples are: State, USIA, Forest Service, and GSA. (2) Purchase Order No.-Use the five-digit "case" or "file" number (often referred to as the RPN Number). 3.18.2 INTERIOR INFORMATION DECALS Unless otherwise specified, interior markings and decals shall be vinyl silk-screen process with a pressure sensitive adhesive backing. a) Genset and Heater Instructions: Safety checks to be made and start-up procedures for the genset and heater shall be permanently posted at the controls for each. b) Vehicle Backing Warning Decal: A decal, containing the legend. "Look before Backing" in 1 inch high lettering, shall be affixed on the dashboard in an government approved location. c) Clearance Warning Decal: The minimum height clearance of the body including the air conditioner shall be measured and indicated on a decal located in view of the driver. 3.19 OPERATOR'S SERVICING AND PARTS MANUALS One Chassis OEM operator's manual and full shop parts and service manuals for the vehicle chassis shall be furnished with the vehicle. Both a hard copy and CD versions of all the manuals shall be provided. In addition, operating manuals for all body installed equipment/systems and components shall be furnished with each vehicle. Literature shall include all systems and component items furnished on the vehicle including but not limited to the following: the Operator's Manual, Service Manual, Parts Catalog, Lubrication Charts, hydraulic system, generator system, converter, breaker panel, lighting components, a/c system, heater system, and any other component furnished. The service manuals shall include 12 VDC and 115 VAC as built wiring diagrams. One copy of the wiring diagram shall be laminated and secured in the vehicle at a location approved by GSA at the VDR meeting, it shall include the location of all fuse blocks, circuit breakers, electrical buses, and main wiring centers for the vehicle as well as the location of all grounding points for the vehicle. 3.20 EXTERIOR PAINT, GRAPHICS AND DECALS The vehicle exterior shall be painted with White polyurethane enamel Dupont Imron Elite, or equal, matching the chassis manufacturer's cab White color. All primer and paint applications shall comply with the paint manufacturer's application instructions and recommendations. Color to be approved by GSA at post award meeting. Veterans Administration decals shall be furnished and applied. The Government will furnish the decal graphics files, to the contractor. Final design and placement of all decals and graphics will be at the direction and approval of the Government. Offering: exterior paint Manufacturer: _________________________________________ Brand, Type: _________________________________________ 3.21 WORKMANSHIP A. Vehicles shall be free from defects that may impair their serviceability or detract from appearance.. B. All bodies, systems, equipment and interfaces with the chassis shall be done in accordance with the OEM 's Body Builders Book. Whenever dissimilar metals are used, they shall be insulated against corrosive action. C. All components shall be new. Defective components shall not be furnished. Parts, equipment, and assemblies, which have been repaired or modified to overcome deficiencies, shall not be furnished without the approval of the purchaser. Component parts and units shall be manufactured to definite standard dimensions with proper fits, clearances and uniformity. Welded, bolted, and riveted construction utilized shall be in accordance with the highest standards of industry. General appearance of the vehicle shall not show any evidence of poor workmanship. D. The following shall be reason for rejection: 1. Rough, sharp or unfinished edges, burrs, seams, corners, and joints. 2. Non-uniform panels. Edges that are not radiused, beveled, etc. 3. Paint runs, sags, orange peel, "fish eyes ", etc.., and any other imperfection or lack of complete coverage of paints or coatings. 4. Body panels or components that are uneven, unsealed, or contain cracks, dents or have voids. 5. Misalignment of body fasteners, glass, viewing panels, light housings, other items with large or uneven gaps, spacing etc. such as door, body panels and hinged panels. 6. Improperly fabricated and routed wiring or harnesses, and electrical connections. 7. Improperly supported or secured hoses, wiring harnesses, mechanical controls etc., including interference with other components. 8. Interference of chassis components, body parts, doors, etc. 9. Leaks of any gas, vacuum, or fluid lines (air conditioning, coolant, oil, etc.). 10. Noise, panel vibrations etc. 11. Inappropriate or incorrect use of hardware, fasteners, components, or methods of construction. 12. Incomplete or improper welding, riveting or bolting. 13. Lack of uniformity and symmetry where applicable. 14. Loose, vibrating, abrading body parts, components, subassemblies, hoses, wiring harnesses or trim. 15. Improper body design or interface with the chassis that could cause injury during normal use or maintenance, and which fail to provide access to perform routine or mandatory repairs or maintenance on vehicle electrical and mechanical systems. In addition, the improper combination of options which by their combination and installation are inherently incompatible with regard to function or safety. 16. Sagging non-form fitting upholstery or padding, holes, tears, discoloration, etc. 17. Incomplete or incorrect application of rust proofing. 18. Visual deformities and equipment malfunctions. 19. Unsealed appurtenances or other body components, gaskets, etc. 20. In addition, any deviation from specification requirements or any other item, whether or not stipulated herein, that affects form, fit, function, finish, durability, reliability, safety, performance or appearance shall be cause for rejection. 3.21.1 EXTERNALLY THREADED FASTNERS Externally threaded inch -series steel bolts, screws, sems (screw and washer assemblies), studs, and u-bolts in sizes up to and including 1 1/2 inches, shall be cadmium or zinc phosphate coated steel, a minimum of SAE Grade 5 and meet the specifications of the most current revision of SAE J429-Mechanical and Material Requirements for Externally Threaded Fasteners. Metric externally threaded fasteners, if specified as required, shall meet the specifications of the most current revision of SAE J1199-Mechanical and Material Requirements for Metric Externally Threaded Fasteners. Metric fasteners shall be a minimum of Class 8.8 (sizes M17 -M36) or Class 9.8 (sizes M1.6-M16). In addition, these fasteners shall be furnished in accordance with ASME/ANSI B18.18.1M-1987-Inspection and Quality Assurance for General Purpose Fasteners. 3.22 VERIFICATION REQUIREMENTS The contractor shall verify compliance to the requirements herein prior to first vehicle production release, based on the following verification matrix. Verification may be in the form of contractor production line bill of material, drawings, instructions, test results, vendor documentation, certifications, or design analytical data. The contractor shall not proceed with production before receiving agreement from the Government that verification of compliance is satisfactory. Acceptance of designs by the Government does not relieve the contractor from the contractor's responsibility to meet all the requirements and specifications herein, whether reviewed by the Government or not. It shall be the contractor's responsibility to assure all production documentation results in the production of vehicles that are in compliance with these requirements and specifications. PAC Post Award Conference Contract Award + 5 Days VDR Verification Design Review Receipt of Order + 30, +60 Days, +90 Days FVI First Vehicle Inspection BOM Bill of Material The type of verification to be submitted for acceptance is listed below: ET Engineering Test - to be performed by the contractor and results accepted by the Government. Engineering tests are tests resulting in data output from engineering instruments used to take measurements of parameters such as temperatures, sound levels, etc. Verification may be in the form of an engineering report, test result sheet, or test summary with results documented. COC Confirmation of Compliance - Validation by analysis or production builds documentation to be performed by the contractor and submitted for acceptance by the Government. Verification may be in the form of analysis summaries, build documentation, purchase orders, or similar written documentation. QAPVT Quality Assurance Performance and Verification Testing - Testing to be performed and verified by the contractor to the Government. QAPVT tests are functional tests that do not involve instrumentation. The results are observable and recorded as pass/fail, i.e. wheelchair lift platform functions as intended; lights function as intended, etc. Systems or components that fail shall be annotated with the corrective action taken and retested until passed. The contractor shall, within 45 days after receipt of order, submit detailed plans for the performance of all ET tests. These plans, at a minimum, shall include all instruments to be used, their calibration certification, and the procedures to be followed. Government acceptances of verification and designs shall constitute design freezes and enable the contractor to proceed with production activities relative to the accepted designs. The design freeze shall be effective for the duration of the production of the entire quantity of vehicles being procured. Verification Matrix SECTION NO. REQUIREMENT TO BE VERIFIED TYPE OF VERIFICATION WHEN REQUIRED 3.3 Weights and Payloads Compliance with requirements COC QAPVT VDR FVI 3.5.6 Upper Fifth Wheel Plate Compliance with requirements COC QAPVT VDR FVI 3.5.7 Leveling and Stabilization System Compliance with requirements COC QAPVT VDR FVI 3.5.8 Body Construction Design and Installation, compliance with dimensional requirements, ballistic protection COC QAPVT VDR FVI 3.5.12 Awnings Compliance with requirements COC QAPVT VDR FVI 3.6 Interior Layout Design and Installation, components COC QAPVT VDR FVI 3.7.2 Satellite Communications Equipment; Demonstrate function and Antennae ability to acquire satellite. Compliance with requirements All equipment functionality COC QAPVT ET VDR FVI FVI 3.8 Trailer Interior Security Alarm System Compliance with requirements All equipment functionality COC QAPVT VDR FVI 3.9 Exterior Security System Compliance with requirements All equipment functionality COC QAPVT VDR FVI 3.10 Smoke Detectors Compliance with requirements All equipment functionality COC QAPVT VDR FVI 3.12 Noise Levels Compliance with requirements ET FVI 3.13 Special Equipment Compliance with requirements COC QAPVT VDR FVI 3.14 HVAC Systems Compliance with requirements COC QAPVT VDR FVI 3.15 Plumbing System Compliance with requirements COC QAPVT VDR FVI 3.16 Electrical Load analysis and wiring diagrams, generator, all required components COC QAPVT VDR FVI 3.20 Exterior Paint, Graphics and Decals Verify compliance with paint and graphics requirements COC QAPVT VDR FVI 3.23.1 Semitrailer Weight Verify actual final weight ET FVI 3.23.2 Water Spray Test Test Plans Test Results COC ET VDR FVI and all subsequent units 3.23.3 Interior Noise Levels Measure vehicle compliance ET FVI and all subsequent units 3.23.4 Generator Load Test Full load capability and load management system performance ET FVI and all subsequent units 3.23.5 Pre-Service Inspection TMC RP 803 Inspection COC FVI and all subsequent units 3.23.6 Road Test TMC RP 803 COC FVI and all subsequent units 3.23.7 Vocational Test All equipment functionality ET FVI and all subsequent units 3.24.8 First Production Vehicle and Production Vehicle Inspection Inspection COC FVI 6.0 Drawings and Weight Estimations Layout drawings, estimated weight distribution COC VDR 7.0 Additional Offeror Requirements Preliminary drawings, exceptions taken Final drawings COC COC With Offer FVI 3.23 TESTING 3.23.1 SEMITRAILER WEIGHT The semitrailer shall be weighed to determine the curb weight (see 3.3.1). The distribution of curb weight on the fifth wheel and tandem axle shall be determined. The imposed loading on the fifth wheel and tandem axle shall be calculated using the curb weight and rated payload (see 3.3.2). The calculated imposed load on the fifth wheel and axles shall be used to verify the load carrying components (e.g. axles, suspension, tires and wheels) are of adequate capacity. The rated capacity of each load carrying component shall exceed the load imposed on that component. 3.23.2 WATER SPRAY TEST The contractor shall submit a water spray test plan to the government for approval within 60 days of receipt of order. The test shall assure a uniform high pressure spray pattern over the sides, rear, front, and top of the trailer from a spray manifold of pressure nozzles. Each side, front, rear, and top of the vehicle shall be subjected to the approved water spray test in accordance with the contractor's water spray test plan. The following criteria shall be used to determine passage or failure of the water spray test: • No water leakage is allowable into the interior of the trailer or extended sides, with the exception of the generator compartment where some water leakage through ventilation louvers is to be expected. • Minor water leakage (maximum of approximately one tablespoon) is allowable in exterior side compartments. The water spray test shall be performed on the completed vehicle after road testing at the contractor's production facility. 3.23.3 INTERIOR NOISE LEVELS The interior noise level shall be measured in each of the rooms in the trailer along the centerline of the body at a height of 3 feet, no reading shall exceed 65 dB (A), with the generator operating at full load, and the air conditioners on and set to coldest setting. The reading shall be taken with the generator running at full load and again with the trailer on shore power. Testing shall be witnessed by the government. 3.23.4 GENERATOR LOAD TEST The contractor shall provide documentation from the generator supplier with the offer that the generator meets all requirements under all specified voltage, frequency and power factor ratings with the offeror. The generator shall be tested to demonstrate its capability to deliver its full rated load at its regulated voltage. The contractor shall provide the facility and load bank to perform a 60-minute full load test (resistive load test) on both the hydraulic and diesel generator on each vehicle. The generator shall be tested to show that it meets its other requirements: at 240 VAC, 60 Hz, voltage regulation @ no load to full load/ full load to no load cycle shall be performed during the test and time to stabilize voltage demonstrated during the test. While at full load a sound level test shall be conducted in the interior of the vehicle, see paragraph 3.5. Noise levels shall be measured and recorded to verify compliance with required maximums. A noise level measurement shall be taken where the generator exhaust vent is located. The measurement shall be taken 7 feet from the centerline of the opening while the generator is at full load and shall be recorded for reference. The transfer switch shall be tested to demonstrate that the diesel backup generator shall start and assume load if the shore power is cut and the transfer time shall be recorded. 3.23.5 PRE-SERVICE INSPECTION The contractor shall perform a pre-service inspection of the production vehicles based, as a minimum, on TMC RP 803- Pre-Service Vehicle Inspection. All items listed in RP 803 shall be inspected and verified as satisfactory with all adjustments noted and verifications that all needed repairs have been made. The contractor's own form may be used in lieu of the form in RP 803 if the contractor's inspection form includes, as a minimum, all the inspection criteria in RP 803 applicable to the vehicle. A copy of this completed inspection form shall be made available to any government inspector, and shall be kept in the vehicle as part of the documentation shipped with the vehicle. 3.23.6 ROAD TEST All production vehicles shall be road tested. The road test shall be of sufficient duration to bring the engine and transmission to their normal operating temperatures and shall be for a minimum of 10 miles. The road test shall be considered successful when, as a minimum, all the items in sections F (road test) and G (after road test) of TMC RP 803 Pre-Service Vehicle Inspection are verified as satisfactory with all adjustments noted and verifications that all needed repairs have been made. The contractor's own road test form may be used in lieu of RP 803, but the form must include, as a minimum, all the items in Sections F and G of RP 803. A copy of this completed inspection form shall be made available to any government inspector, and shall be kept in the vehicle as part of the documentation shipped with the vehicle. 3.23.7 VOCATIONAL TEST All equipment shall be functionally tested and verified to operate in accordance with manufacturer's operating instructions and to the government's satisfaction. All electrical equipment shall be tested and verified to operate to the government's satisfaction. 3.23.8 FIRST PRODUCTION VEHICLE AND PRODUCTION VEHICLE INSPECTION The contractor shall furnish a pilot model of the vehicle for verification as meeting the requirements herein. The pilot model shall be, prior to offering for verification by the Government, complete in every respect, i.e., all components, equipment, and accessories assembled and installed and operational. Prior to presentation, the pilot model shall be fully inspected for compliance with all contract requirements by the contractor's quality inspectors. Such inspection results, including any interim inspections, shall be documented and presented to the government representatives with the pilot model vehicle. Inspection results shall include all deficiencies found and the corrective actions taken. Upon Government approval of the pilot model, production methods shall assure that subsequent vehicles are identical to the approved pilot model. The inspection of the first production vehicle shall be video taped or recorded by digital photographs and the video or photographs shall include pictures showing the assemble of all major subassembly components, such as, but not limited to body mounting to chassis and lift gate or crane to body and/or chassis. After Government acceptance of the pilot model, the contractor shall only substitute materials, components, or assemblies upon government acceptance of such and embodied in a contract modification. Upon acceptance of the first production vehicle, the vehicle shall be shipped in accordance with shipment terms of the contract. The contractor shall produce three copies of the videotape or three copies of the digital photographs of the first production vehicle at no additional cost to the Government. One copy shall be retained by the Contractor as an approved sample, the second copy shall be securely retained by the Quality Assurance Specialist, and a third copy shall be securely retained by the Contracting Officer. Failure of the first production vehicle to meet the requirements of the specifications may, in addition to the rights the Government may have pursuant to any other provisions of the contract, be cause for the Government to refuse acceptance of all vehicles until corrective action has been taken. Production vehicles shall be presented for Government verification of inspection, and shall be accompanied by documented evidence of contractor interim and final inspection as required above for the pilot vehicle. 3.23.9 WARRANTY Warranty administration shall be the responsibility of the contractor. The contractor shall provide the chassis manufacturer's commercial warranty and the commercial furnished equipment warranties, including the body and all other parts and components required herein, against parts failure or malfunction due to design, construction or installation errors, defective workmanship, and missing or incorrect parts, for a minimum period of 36 months from date of acceptance or 100,000 miles of operation, exclusive of any authorized accumulated drive away mileage, whichever occurs first. If contractor receives from any supplier or subcontractor additional warranty on the whole or any component of the vehicle, in form of time or mileage, including any prorated arrangements, or the contractor generally extends to its commercial customers greater or extended warranty coverage, the government shall receive corresponding warranty benefits. The warranty coverage shall begin when the Government accepts the vehicle from the contractor FOB point of origin/destination. Initial response for on site warranty repairs from the offeror shall be with-in 48 hours. Labor, parts, shipping cost, per diem and travel for warranted repairs to and from the unit's fielded location shall be the responsibility of the contractor. This shall include 3rd party Original Equipment Manufacturer (OEM) selected Offerors for corrective action or warranty issues on the vehicle if applicable. Warranty registration cards shall also be provided as applicable. The contractor shall furnish the Government with warranty certificates showing evidence that the warranty requirements above have been met. 3.23.10 TRAINING Two days of centralized training shall be provided for a minimum of six (6) government personnel at the offeror location. Government personal are responsible for the travel and lodging expense for training. Training shall be conducted by technicians with in-depth knowledge of the vehicles and equipment to ensure that all student questions are thoroughly answered. Training shall be a combination of classroom demonstration and hands-on use of the equipment. Upon request, the contractor shall provide, in writing, full particulars of the proposed training program, including but not limited to a training syllabus. The contractor shall provide all materials required for the training of government personnel. A DVD of the training shall be provided to the customer at the completion of the training for customer use as a refresher. The DVD shall cover the same material and details as the class work. The training shall include written procedures on proper start up and shutdown of the vehicles. Training shall also include a recommended preventive maintenance schedule and procedures for the vehicle. A written record of the Personnel trained and certified on the vehicle shall be supplied to GSA and the customer at the completion of the training. 4.0 DRAWINGS AND WEIGHT ESTIMATIONS The contractor shall furnish two sets of dimensioned layout drawings of the vehicle's interior and exterior. All drawings shall be provided in hard copy and CD format. Drawings shall show all required body features, basic body structure, body/cab interface details, interior layout including lights and electrical switches, outlet locations, and electrical schematics. Electrical schematics shall include safety interlock systems, if required. The drawings shall include the vehicle's projected curb weight, front and rear axle weight distribution, and CG location verifying that the requirements in paragraph 3.2 shall be met. The Government shall coordinate technical drawing details and when acceptable provide approval to proceed at the verification design review. No deviation from the approved drawings shall be allowed without prior written approval by the government. Government approvals, if accepted, shall be provided within 5 days of receipt of engineering drawings or data. Two sets of final drawings shall be furnished at the pilot model inspection and updated if any changes are made during final inspection. The changes shall be incorporated into the drawings and provided to the customer when the vehicles are delivered. 5.0 ADDITIONAL OFFEROR REQUIREMENTS The meeting of the requirements above shall be documented and provided with the offer. • Detailed explanation, listed in a separate letter, of any exceptions to the specification, including alternate equipment proposed or a declaration of comprehensive understanding of the requirements with no exceptions taken. • The offeror shall submit with the offer preliminary drawings that show the following: o Interior views of the proposed trailer interior arrangement, and basic dimensions verifying compliance with the requirements herein. o Exterior front, rear, and side and plan views with overall dimensions. o Estimated curb weight and maximum GVW. The total equipment loading shall be used to determine GVWR and GAWR. • Estimated weight distribution at 5th Wheel and rear axles at maximum GVWR. • The offer or shall provide a copy of the installation quote for all radios / satellite communication systems and TV equipment (flat panels, smart screens, act.) with the offer showing all equipment to be supplied. • Preliminary details of body slide out system, drive system and installation plans shall be provided with the offer for review. • Offeror shall furnish detailed information on the surveillance camera system they propose in their offer, for government approval • Documented evidence of quality assurance procedures or system as required in Section 3.0 above. 6.0 POST AWARD MEETINGS The contractor shall participate in a post award technical review meeting. Attendees typically include, but are not limited to, GSA engineering personnel, agency end user representative(s), and contracting personnel. The meeting shall be scheduled by the GSA as soon after award of contract as practicable, but no more than 10 business days after award of contract. The contractor shall participate in two Verification Design Review meeting held at the offeror's offices. Attendees typically include, but are not limited to, GSA engineering personnel, agency end user representative(s), and contracting personnel. The first meeting shall be scheduled by the GSA for 30 days after award of contract and the second shall be 60 days after award of contract and the third shall be 90 days after award of contract. All body and system drawings must be approved and signed by the end of the third VDR meeting. The contractor shall not proceed with first production vehicle manufacture until approval to proceed is given by the government after the VDR meetings. CONCEPTUAL DRAWINGS CONCEPTUAL LAYOUTS AC UNITS on bottom right side of CURB SIDE VIEW SECTION C - SOLICITATION CONTRACT CLAUSES C.1 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via theinternet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. C.2 52.203-3 GRATUITIES (APR 1984) (a) The right of the Contractor to proceed may be terminated by written notice if, after notice and hearing, the agency head or a designee determines that the Contractor, its agent, or another representative- (1) Offered or gave a gratuity (e.g., an entertainment or gift) to an officer, official, or employee of the Government; and (2) Intended, by the gratuity, to obtain a contract or favorable treatment under a contract. (b) The facts supporting this determination may be reviewed by any court having lawful jurisdiction. (c) If this contract is terminated under paragraph (a) above, the Government is entitled-- (1) To pursue the same remedies as in a breach of the contract; and (2) In addition to any other damages provided by law, to exemplary damages of not less than 3 nor more than 10 times the cost incurred by the Contractor in giving gratuities to the person concerned, as determined by the agency head or a designee. (This subparagraph (c)(2) is applicable only if this contract uses money appropriated to the Department of Defense.) (d) The rights and remedies of the Government provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. C.3 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS Item Quantity Price Quotation Total (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. C.4 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEPT 2006) (a) The Government suspends or debars Contractors to protect the Government's interests. The Contractor shall not enter into any subcontract in excess of $30,000 with a Contractor that is debarred, suspended, or proposed for debarment unless there is a compelling reason to do so. (b) The Contractor shall require each proposed first-tier subcontractor, whose subcontract will exceed $30,000, to disclose to the Contractor, in writing, whether as of the time of award of the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or proposed for debarment by the Federal Government. (c) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party that is debarred, suspended, or proposed for debarment (see FAR 9.404 for information on the Excluded Parties List System). The notice must include the following: (1) The name of the subcontractor. (2) The Contractor's knowledge of the reasons for the subcontractor being in the Excluded Parties List System. (3) The compelling reason(s) for doing business with the subcontractor notwithstanding its inclusion in the Excluded Parties List System. (4) The systems and procedures the Contractor has established to ensure that it is fully protecting the Government's interests when dealing with such subcontractor in view of the specific basis for the party's debarment, suspension, or proposed debarment. C.5 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. C.6 52.212-5 CONTRACT TERMSAND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN2011) (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)). [ *______* ] 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.] *______* (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 (Jul 2010) (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. 111-5). *______*(6)52.209-6,Protecting the Government's Interest When Subcontracting with ContractorsDebarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101note). (Applies to contractsover $30,000). (Not applicable to subcontracts for the acquisition ofcommercially available off-the-shelf items). *______* (7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). *______* (8) 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). *______* (9) [Reserved] *__X____* (10) (i) 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644). *______* (ii) Alternate I (Oct 1995) of 52.219-6. *______* (iii) Alternate II (Mar 2004) of 52.219-6. *______* (11) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). *______* (ii) Alternate I (Oct 1995) of 52.219-7. *______* (iii) Alternate II (Mar 2004) of 52.219-7. *___X___* (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). *______* (13) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). *______* (ii) Alternate I (Oct 2001) of 52.219-9. *______* (iii) Alternate II (Oct 2001) of 52.219-9. *______* (iv) Alternate III (Jul 2010) of 52.219-9. *______* (14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). *______* (15) 52.219-16, Liquidated Damages - Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). *______* (16) (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). *______* (ii) Alternate I (June 2003) of 52.219-23. *______* (17) 52.219-25, Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (18) 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). *______* (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). *___X___* (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). *___X___* (22) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). *___X___* (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). *___X___* (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). *___X___* (25) 52.222-35, Equal Opportunity for Veterans (Sept 2010) (38 U.S.C. 4212). *___X___* (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). *___X___* (27) 52.222-37, Employment Reports on Veterans (Sept 2010) (38 U.S.C. 4212). *______* (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). *______* (29) 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.) *______* (30) (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.) *______* (31) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). *______* (32) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). *______* (ii) Alternate I (Dec 2007) of 52.223-16. *___X___* (33) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513). *______* (34) 52.225-1, Buy American Act - Supplies (Jun 2003) (41 U.S.C. 10a-10d). *______* (35) (i) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). *______* (ii) Alternate I (Jan 2004) of 52.225-3. *______* (iii) Alternate II (Jan 2004) of 52.225-3. *___X___* (36) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). *______* (37) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). *______* (38) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). *______* (39) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). *______* (40) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______* (41) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______* (42) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). *______* (43) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). *______* (44) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). *______* (45) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). *______* (46) (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). *______* (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.] *______* (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). *______* (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.). *______* (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.). *______* (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.). *______* (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.). *______* (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.). *______* (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). *______* (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 this paragraph (e)(1) 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 (Jan 2011) (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 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40Notification ofEmployee Rights Under the National Labor Relations Act (Dec 2010) (E.O.13496).Flow down required in accordance with paragraph (f) of FAR clause52.222-40. (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)). [ *______* ] 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 paragraph (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. C.7 52.215-6 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, 0 intends, 0 does not intend [check applicable box] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information. (b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information: NAME AND ADDRESS OF OWNER AND PLACE OF PERFORMANCE (Street OPERATOR OF THE PLANT OR Address, City, State, County, FACILITY IF OTHER THAN Zip Code) OFFEROR OR RESPONDENT _________________________________ ___________________________ _________________________________ ___________________________ _________________________________ ___________________________ C.8 52.216-18 ORDERING (OCT 1995) (DEVIATION II -- FEB 2007) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Award through Contract expiration date. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the ordering activity deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. C.9 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $500,000; (2) Any order for a combination of items in excess of $1,500,000; or (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.21621 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of anyone requirement from the Contractor if that requirement exceeds the maximum order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b),unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. C.10 52.216-20 DEFINITE QUANTITY (OCT 1995) (a) This is a definite quantity, indefinite delivery contract for the supplies or services specified, and effective for the period stated, in the Schedule. (b) The Government shall order the quantity of supplies or services specified in the Schedule, and the Contractor shall furnish them when ordered. Delivery or performance shall be at locations designated in orders issued in accordance with the Ordering clause and the Schedule. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that time shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 10, 2011. C.11 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. C.12 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) If the Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately give notice, including all relevant information, to the Contracting Officer. C.13 52.225-6 TRADE AGREEMENTS CERTIFICATE (JAN 2005) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. C.14 52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001) (a) Definitions. "Ozone-depleting substance," as used in this clause, means any substance the Environmental Protection Agency designates in 40 CFR Part 82 as -- (1) Class I, including, but not limited to, chlorofluorocarbons, halons, carbon tetrachloride, and methyl chloroform; or (2) Class II, including, but not limited to, hydrochlorofluorocarbons. (b) The Contractor shall label products which contain or are manufactured with ozone-depleting substances in the manner and to the extent required by 42 U.S.C. 7671j (b), (c), and (d) and 40 CFR Part 82, Subpart E, as follows: "WARNING: Contains (or manufactured with, if applicable) ______________,* a substance(s) which harm(s) public health and environment by destroying ozone in the upper atmosphere." * The Contractor shall insert the name of the substance(s). C.15 52.223-18 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (SEP 2010) (a) Definitions. As used in thisclause - "Driving" - (1) Means operating a motor vehicle on anactive roadway with the motor running, including while temporarily stationarybecause of traffic, a traffic light, stop sign, or otherwise. (2) Does not include operating a motor vehiclewith or without the motor running when one has pulled over to the side of, oroff, an active roadway and has halted in a location where one can safely remainstationary. "Text messaging" means readingfrom or entering data into any handheld or other electronic device, includingfor the purpose of short message service texting, e-mailing, instant messaging,obtaining navigational information, or engaging in any other form of electronicdata retrieval or electronic data communication. The term does not includeglancing at or listening to a navigational device that is secured in acommercially designed holder affixed to the vehicle, provided that thedestination and route are programmed into the device either before driving orwhile stopped in a location off the roadway where it is safe and legal topark. (b) This clauseimplements Executive Order 13513, Federal Leadership on Reducing Text Messagingwhile Driving, dated October 1, 2009. (c) TheContractor should - (1) Adopt and enforce policies that ban textmessaging while driving - (i) Company-owned or -rentedvehicles or Government-owned vehicles; or (ii) Privately-owned vehicleswhen on official Government business or when performing any work for or onbehalf of the Government. (2) Conduct initiatives in a mannercommensurate with the size of the business, such as - (i) Establishment of new rulesand programs or re-evaluation of existing programs to prohibit text messagingwhile driving; and (ii) Education, awareness, andother outreach to employees about the safety risks associated with texting whiledriving. (d) Subcontracts. The Contractor shall insert the substance of thisclause, including this paragraph (d), in all subcontracts that exceed themicro-purchase threshold. C.16 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003) (a) As used in this clause- "After-imposed Federal tax" means any new or increased Federal excise tax or duty, or tax that was exempted or excluded on the contract date but whose exemption was later revoked or reduced during the contract period, on the transactions or property covered by this contract that the Contractor is required to pay or bear as the result of legislative, judicial, or administrative action taking effect after the contract date. It does not include social security tax or other employment taxes. "After-relieved Federal tax" means any amount of Federal excise tax or duty, except social security or other employment taxes, that would otherwise have been payable on the transactions or property covered by this contract, but which the Contractor is not required to pay or bear, or for which the Contractor obtains a refund or drawback, as the result of legislative, judicial, or administrative action taking effect after the contract date. "All applicable Federal, State, and local taxes and duties" means all taxes and duties, in effect on the contract date, that the taxing authority is imposing and collecting on the transactions or property covered by this contract. "Contract date" means the date set for bid opening or, if this is a negotiated contract or a modification, the effective date of this contract or modification. "Local taxes" includes taxes imposed by a possession or territory of the United States, Puerto Rico, or the Northern Mariana Islands, if the contract is performed wholly or partly in any of those areas. (b) The contract price includes all applicable Federal, State, and local taxes and duties. (c) The contract price shall be increased by the amount of any after-imposed Federal tax, provided the Contractor warrants in writing that no amount for such newly imposed Federal excise tax or duty or rate increase was included in the contract price, as a contingency reserve or otherwise. (d) The contract price shall be decreased by the amount of any after-relieved Federal tax. (e) The contract price shall be decreased by the amount of any Federal excise tax or duty, except social security or other employment taxes, that the Contractor is required to pay or bear, or does not obtain a refund of, through the Contractor's fault, negligence, or failure to follow instructions of the Contracting Officer. (f) No adjustment shall be made in the contract price under this clause unless the amount of the adjustment exceeds $250. (g) The Contractor shall promptly notify the Contracting Officer of all matters relating to any Federal excise tax or duty that reasonably may be expected to result in either an increase or decrease in the contract price and shall take appropriate action as the Contracting Officer directs. (h) The Government shall, without liability, furnish evidence appropriate to establish exemption from any Federal, State, or local tax when the Contractor requests such evidence and a reasonable basis exists to sustain the exemption. C.17 52.232-17 INTEREST (OCT 2010) (DEVIATION - MAY 2003) (a) Except as otherwise provided in this contract under a Price Reduction for Defective Certified Cost or Pricing Data clause or a Cost Accounting Standards clause, all amounts that become payable by the Contractor to the ordering activity under this contract (net of any applicable tax credit under the Internal Revenue Code (26 U.S.C. 1481)) shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 12 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in paragraph (b) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (b) Amounts shall be due at the earliest of the following dates: (1) The date fixed under this contract. (2) The date of the first written demand for payment consistent with this contract, including any demand resulting from a default termination. (3) The date the ordering activity transmits to the Contractor a proposed supplemental agreement to confirm completed negotiations establishing the amount of debt. (4) If this contract provides for revision of prices, the date of written notice to the Contractor stating the amount of refund payable in connection with a pricing proposal or a negotiated pricing agreement not confirmed by contract modification. (c) The interest charge made under this clause may be reduced under the procedures prescribed in 32.614-2 of the Federal Acquisition Regulation in effect on the date of this contract. C.18 52.232-19 AVAILABILITY OF FUNDS FORTHE NEXT FISCAL YEAR (APR 1984) (DEVIATION -- MAY 2003) Funds are not presently available for performance under this contract beyond September 30, 2009. The ordering activity's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the ordering activity for any payment may arise for performance under this contract beyond September 30, 2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. C.19 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999) The offeror shall provide, with its offer, the following information that is required to make payment by electronic funds transfer (EFT) under any contract that results from this solicitation. This submission satisfies the requirement to provide EFT information under paragraphs (b)(1) and (j) of the clause at 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. (1) The solicitation number (or other procurement identification number). (2) The offeror's name and remittance address, as stated in the offer. (3) The signature (manual or electronic, as appropriate), title, and telephone number of the offeror's official authorized to provide this information. (4) The name, address, and 9-digit Routing Transit Number of the offeror's financial agent. (5) The offeror's account number and the type of account (checking, savings, or lockbox). (6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the offeror's financial agent. (7) If applicable, the offeror shall also provide the name, address, telegraphic abbreviation, and 9-digit Routing Transit Number of the correspondent financial institution receiving the wire transfer payment if the offeror's financial agent is not directly on-line to the Fedwire and, therefore, not the receiver of the wire transfer payment. C.20 52.233-1 DISPUTES (JUL 2002) (a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause. (c) "Claim," as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d) (1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2) (i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor." (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $50,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $50,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer's decision shall be final unless the Contractor appeals or files a suit as provided in the Act. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor's specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. C.21 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: General Services Administration ATTN: Laurel Weiskopf (QMAA) Arlington, VA 2220 Laurel.Weiskopf@gsa.gov Phone: 703.605.5721 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. C.22 52.242-13 BANKRUPTCY (JUL 1995) In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary, the Contractor agrees to furnish, by certified mail or electronic commerce method authorized by the contract, written notification of the bankruptcy to the Contracting Officer responsible for administering the contract. This notification shall be furnished within five days of the initiation of the proceedings relating to bankruptcy filing. This notification shall include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy petition was filed, and a listing of Government contract numbers and contracting offices for all Government contracts against which final payment has not been made. This obligation remains in effect until final payment under this contract. C.23 52.242.15 STOP WORK ORDER (APR 1984) The "90-day" period stated in the clause may be reduced to less than 90 days. (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either-- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. C.24 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (2) Method of shipment or packing. (3) Place of delivery. (b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property. (e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed. C.25 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) (a) Definition. "Supplies," as used in this clause, includes but is not limited to raw materials, components, intermediate assemblies, end products, and lots of supplies. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering supplies under this contract and shall tender to the Government for acceptance only supplies that have been inspected in accordance with the inspection system and have been found by the Contractor to be in conformity with contract requirements. As part of the system, the Contractor shall prepare records evidencing all inspections made under the system and the outcome. These records shall be kept complete and made available to the Government during contract performance and for as long afterwards as the contract requires. The Government may perform reviews and evaluations as reasonably necessary to ascertain compliance with this paragraph. These reviews and evaluations shall be conducted in a manner that will not unduly delay the contract work. The right of review, whether exercised or not, does not relieve the Contractor of the obligations under the contract. (c) The Government has the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract. (d) If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractor's or subcontractor's premises; provided, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples. (e) (1) When supplies are not ready at the time specified by the Contractor for inspection or test, the Contracting Officer may charge to the Contractor the additional cost of inspection or test. (2) The Contracting Officer may also charge the Contractor for any additional cost of inspection or test when prior rejection makes reinspection or retest necessary. (f) The Government has the right either to reject or to require correction of nonconforming supplies. Supplies are nonconforming when they are defective in material or workmanship or are otherwise not in conformity with contract requirements. The Government may reject nonconforming supplies with or without disposition instructions. (g) The Contractor shall remove supplies rejected or required to be corrected. However, the Contracting Officer may require or permit correction in place, promptly after notice, by and at the expense of the Contractor. The Contractor shall not tender for acceptance corrected or rejected supplies without disclosing the former rejection or requirement for correction, and, when required, shall disclose the corrective action taken. (h) If the Contractor fails to promptly remove, replace, or correct rejected supplies that are required to be removed or to be replaced or corrected, the Government may either (1) by contract or otherwise, remove, replace, or correct the supplies and charge the cost to the Contractor or (2) terminate the contract for default. Unless the Contractor corrects or replaces the supplies within the delivery schedule, the Contracting Officer may require their delivery and make an equitable price reduction. Failure to agree to a price reduction shall be a dispute. (i) (1) If this contract provides for the performance of Government quality assurance at source, and if requested by the Government, the Contractor shall furnish advance notification of the time (i) when Contractor inspection or tests will be performed in accordance with the terms and conditions of the contract and (ii) when the supplies will be ready for Government inspection. (2) The Government's request shall specify the period and method of the advance notification and the Government representative to whom it shall be furnished. Requests shall not require more than 2 workdays of advance notification if the Government representative is in residence in the Contractor's plant, nor more than 7 workdays in other instances. (j) The Government shall accept or reject supplies as promptly as practicable after delivery, unless otherwise provided in the contract. Government failure to inspect and accept or reject the supplies shall not relieve the Contractor from responsibility, nor impose liability on the Government, for nonconforming supplies. (k) Inspections and tests by the Government do not relieve the Contractor of responsibility for defects or other failures to meet contract requirements discovered before acceptance. Acceptance shall be conclusive, except for latent defects, fraud, gross mistakes amounting to fraud, or as otherwise provided in the contract. (l) If acceptance is not conclusive for any of the reasons in paragraph (k) hereof, the Government, in addition to any other rights and remedies provided by law, or under other provisions of this contract, shall have the right to require the Contractor (1) at no increase in contract price, to correct or replace the defective or nonconforming supplies at the original point of delivery or at the Contractor's plant at the Contracting Officer's election, and in accordance with a reasonable delivery schedule as may be agreed upon between the Contractor and the Contracting Officer; provided, that the Contracting Officer may require a reduction in contract price if the Contractor fails to meet such delivery schedule, or (2) within a reasonable time after receipt by the Contractor of notice of defects or nonconformance, to repay such portion of the contract as is equitable under the circumstances if the Contracting Officer elects not to require correction or replacement. When supplies are returned to the Contractor, the Contractor shall bear the transportation cost from the original point of delivery to the Contractor's plant and return to the original point when that point is not the Contractor's plant. If the Contractor fails to perform or act as required in (1) or (2) above and does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure, the Government shall have the right by contract or otherwise to replace or correct such supplies and charge to the Contractor the cost occasioned the Government thereby. C.26 52.247-34 F.O.B. DESTINATION (NOV 1991) (a) The term "f.o.b. destination," as used in this clause, means-- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the Contractor uses rail carrier or freight forwarder for less than carload shipments, the Contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. C.27 552.211-72 REFERENCES TO SPECIFICATIONS IN DRAWINGS (FEB 1996) If military or other drawings are made a part of this contract, any reference in the drawings to Federal Specifications or Standards will be considered to be a reference to the date of such Federal Specification or Standard identified in the contract. If the date of the Federal Specification or Standard is not identified in the contract, the edition, including revisions thereto, in effect on the date the solicitation is issued will apply. C.28 552.211-75 PRESERVATION, PACKAGING, AND PACKING (FEB 1996) Unless otherwise specified, all items shall be preserved, packaged, and packed in accordance with normal commercial practices, as defined in the applicable commodity specification. Packaging and packing shall comply with the requirements of the Uniform Freight Classification and the National Motor Freight Classification (issue in effect at time of shipment) and each shipping container of each item in a shipment shall be of uniform size and content, except for residual quantities. Where special or unusual packing is specified in an order, but not specifically provided for by the contract, such packing details must be the subject of an agreement independently arrived at between the ordering agency and the Contractor. C.29 552.211-77 PACKING LIST (FEB 1996) (a) A packing list or other suitable shipping document shall accompany each shipment and shall indicate: (1) Name and address of consignor; (2) Name and complete address of consignee; (3) Government order or requisition number; (4) Government bill of lading number covering the shipment (if any); and (5) Description of the material shipped, including item number, quantity, number of containers, and package number (if any). (b) When payment will be made by Government commercial credit card, in addition to the information in (a) above, the packing list or shipping document shall include: (1) Cardholder name and telephone number and (2) the term "Credit Card." C.30 552.211-82 NOTICE OF SHIPMENT (FEB 1996) If specified in an order placed under this contract, the Contractor shall, at the time each shipment is made on such order, furnish a notice of shipment to either the consignee or the ordering office or both, as specified. This requirement may be satisfied by completion and return of appropriate forms furnished by the ordering office or by the furnishing of copies of bills of lading, freight bills, or similar documents in accordance with normal commercial practice if such document clearly identifies the order number, items and quantities shipped, date of shipment, point of origin, method of shipment and routing, and the name of initial carrier. C.31 552.212-71 CONTRACT TERMS AND CONDITIONS APPLICABLE TO GSA ACQUISITION OF COMMERCIAL ITEMS (JUL 2003) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. 0 552.237-70 Qualifications of Offerors (b) Clauses. 1 552.203-71 Restriction on Advertising 1 552.211-73 Marking 1 552.215-70 Examination of Records by GSA 0 552.215-71 Examination of Records by GSA (Multiple Award Schedule) 0 552.215-72 Price Adjustment --Failure to Provide Accurate Information 0 552.219-70 Allocation of Orders--Partially Set-Aside Items 0 552.228-70 Workers' Compensation Laws 1 552.229-70 Federal, State, and Local Taxes 0 552.232-8 Discounts for Prompt Payment 0 552.232-23 Assignment of Claims 0 552.232-71 Adjusting Payments 0 552.232-72 Final Payment 1 552.232-73 Availability of Funds 1 552.237-71 Qualifications of Employees 0 552.238-71 Submission and Distribution of Authorized FSS Schedule Price List 0 552.232-78 Payment Information 0 552.238-74 Industrial Funding Fee and Sales Reporting 0 552.238-75 Price Reductions 1 552.242-70 Status Report of Orders and Shipments 0 552.243-72 Modifications (Multiple Award Schedule) 0 552.246-73 Warranty--Multiple Award Schedule 0 552.246-76 Warranty of Pesticides C.32 552.212-72 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO GSA ACQUISITION OF COMMERCIAL ITEMS (SEP 2003) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement provisions of law or Executive Orders applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. 0 552.223-72 Hazardous Material Information (b) Clauses. 0 552.223-70 Hazardous Substances 0 552.223-71 Nonconforming Hazardous Material 0 552.238-70 Identification of Electronic Office Equipment Providing Accessibility for the Handicapped 0 552.238-72 Identification of Products That Have Environmental Attributes C.33 552.216-71 ECONOMIC PRICE ADJUSTMENT--STOCK AND SPECIAL ORDER PROGRAM CONTRACTS (SEP 1999) (ALTERNATE I--SEP 1999) (a) "Producer Price Index" (PPI), as used in this clause, means the originally released index, not seasonally adjusted, published by the Bureau of Labor Statistics, U.S. Department of Labor (Labor) for product code 336 found under Table 4. (b) In any option period, the contract price may be adjusted upward or downward a maximum of 10 percent. (1) For the first option period, any price adjustment for the product code shall be based upon the percentage change in the PPI released in the month prior to the initial month of the contract period specified in the solicitation for sealed bidding or the month prior to award in negotiation (the base index) and the PPI released in the third month before completion of the initial contract period stated in the solicitation (the updated index). This initial contract period may be less than 12 months. The formula for determining the Adjusted Contract Price (ACP) applicable to shipments during the first option period is-- ACP = Updated Index x Award Price Base Index (2) For any subsequent option period, the price adjustment shall be the percentage change between the previously updated index (the new base index) and the PPI released 12 months later (the most recent updated index). This percentage shall be applied to the Current Contract Price (CCP). The formula for determining the ACP applicable to shipments for the subsequent option period(s) is-- ACP = Most Recent Updated Index x CCP New Base Index (c) If the PPI is not available for the month of the base index or the updated index, the month with the most recently published PPI prior to the month determining the base index or updated index shall be used. (d) If a product code is discontinued, the Government and the Contractor will mutually agree to substitute a similar product code. If Labor designates an index with a new title and/or code number as continuous with the product code specified above, the new index shall be used. (e) Unless the Contractor's written request for a price adjustment resulting from the application of the formulas in (b)(1) or (2) above is received by the Contracting Officer within 30 calendar days of the date of the Government's preliminary written notice of its intent to exercise the option, the Contractors shall have waived its right to an upward price adjustment for that option period. Alternatively, the Contracting Officer in its written notice shall exercise the option at the CCP or at a reduced price when appropriate using the formulas in (b)(1) or (2) above. (f) Price adjustments shall be effected by execution of a contract modification by the Government indicating the most recent updated index and percent of change and shall apply to delivery orders placed on or after the first day of the option period. C.34 552.216-72 PLACEMENT OF ORDERS (SEP 1999) (ALTERNATE I--SEP 1999) (a) All delivery orders (orders) under this contract will be placed by the General Services Administration's Federal Supply Service (FSS). The Contractor is not authorized to accept orders from any other agency. Violation of this restriction may result in termination of the contract pursuant to the default clause of this contract. (b) All orders shall be placed by Electronic Data Interchange (EDI) using the American National Standards Institute (ANSI) X12 Standard for Electronic Data Interchange (EDI) format. (c) If the Contractor agrees, transmission will be computer-to-computer EDI. If computer-to-computer EDI is not possible, FSS will use an alternative EDI method allowing the Contractor to receive orders by facsimile transmission. (d) When computer-to-computer EDI procedures will be used to place orders, the Contractor shall enter into a Trading Partner Agreement (TPA) with FSS in order to ensure mutual understanding by the parties of certain electronic transaction conventions and to recognize the rights and responsibilities of the parties as they apply to this method of placing orders. The TPA must identify, among other things, the third party provider(s) through which electronic orders are placed, the transaction sets used, security procedures, and guidelines for implementation. (e) The Contractor shall be responsible for providing its own hardware and software necessary to transmit and receive data electronically. Additionally, each party to the TPA shall be responsible for the costs associated with its use of third party provider services. (f) Nothing in the TPA will invalidate any part of this contract between the Contractor and the General Services Administration. All terms and conditions of this contract that otherwise would be applicable to a mailed order shall apply to the electronic order. (g) The basic content and format of the TPA will be provided by: General Services Administration Acquisition Operations and Electronic Commerce Center (FCS) Washington, DC 20406 Telephone: (703) 305-7741 FAX: (703) 305-7720 C.35 552.216-73 ORDERING INFORMATION (SEP 1999) (ALTERNATE I--SEP 1999) (a) In accordance with the Placement of Orders clause of this solicitation, the offeror elects to receive orders placed by GSA's Federal Supply Service (FSS) by either 0 facsimile transmission or 0 computer-to-computer Electronic Data Interchange (EDI). (b) An offeror electing to receive computer-to-computer EDI is requested to indicate below the name, address, and telephone number of the representative to be contacted regarding establishment of an EDI interface. _____________________________________ _____________________________________ _____________________________________ (c) An offeror electing to receive orders by facsimile transmission is requested to indicate below the telephone number(s) for facsimile transmission equipment where orders should be forwarded. _____________________________________ _____________________________________ _____________________________________ C.36 552.217-71 NOTICE REGARDING OPTION(S) (NOV 1992) The General Services Administration (GSA) has included an option to extend the contract in order to demonstrate the value it places on quality performance by providing a mechanism for continuing a contractual relationship with a successful offeror that performs at a level which meets or exceeds GSA's quality performance expectations as communicated to the Contractor, in writing, by the Contracting Officer or designated representative. When deciding whether to exercise the option, the Contracting Officer will consider the quality of the Contractor's past performance under this contract in accordance with 48 CFR 517.207. C.37 552.246-71 Source Inspection by Government (JUN 2009) (a) Inspection by Government personnel. (1) Supplies to be furnished under this contract will be inspected at source by the Government before shipment from the manufacturing plant or other facility designated by the Contractor, unless the Contractor is otherwise notified in writing by the Contracting Officer or a designated representative. Notwithstanding the foregoing, the Government may perform any or all tests contained in the contract specifications at a Government facility without prior written notice by the Contracting Officer before release of the supplies for shipment. Samples sent to a Government testing facility will be disposed of as follows: Samples from an accepted lot, not damaged in the testing process, will be returned promptly to the Contractor after completion of tests. Samples damaged in the testing process will be disposed of as requested by the Contractor. Samples from a rejected lot will be returned to the Contractor or disposed of in a time and manner agreeable to both the Contractor and the Government. (2) Government inspection responsibility will be assigned to the GSA quality assurance office which has jurisdiction over the State in which the Contractor's or subcontractor's plant or other designated point for inspection is located. The Contractor shall notify or arrange for subcontractors to notify the designated GSA quality assurance office 7 workdays before the date when supplies will be ready for inspection. Shipment shall not be made until after inspection by the Government is completed and shipment is authorized by the Government. (b) Inspection and receiving reports. For each shipment, the Contractor shall be responsible for preparation and distribution of inspection documents as follows: (1) DD Form 250, Material Inspection and Receiving Report, or computer formatted equivalent for deliveries to military agencies; or (2) GSA Form 308, Notice of Inspection for deliveries to GSA or other civilian agencies. When required, the Contractor will be furnished a supply of GSA Form 308 and/or DD Form 250, and complete instructions for their preparation and distribution. (c) Inspection facilities. (1) The inspection system required to be maintained by the Contractor in accordance with FAR 52.246-2, Inspection of Supplies-Fixed Price, may be the Contractor's own facilities or any other facilities acceptable to the Government. These facilities shall be utilized to perform all inspections and tests of materials and components before incorporation into end articles, and for the inspection of such end articles before shipment. The Government reserves the right to evaluate the acceptability and effectiveness of the Contractor's inspection system before award and periodically during the contract period. (2) Offerors are required to specify, in the spaces provided elsewhere in the solicitation, the name and address of each manufacturing plant or other facility where supplies will be available for inspection, indicating the item number(s) to which each applies. (3) The Contractor shall deliver the items specified in this contract from a plant or warehouse located within the United States (including Puerto Rico and the the U.S. Virgin Islands) that is equipped to perform all inspections and tests required by this contract or specifications to evidence conformance therewith, or shall arrange with a testing laboratory or other facility in the United States, acceptable to the Government, to perform the required inspections and tests. (d) Availability of records. (1) In addition to any other requirement of this contract, the Contractor shall maintain records showing the following information for each order received under the contract: (i) Order number; (ii) Date order received by the Contractor; (iii) Quantity ordered; (iv) Date scheduled into production; (v) Batch or lot number, if applicable; (vi) Date inspected and/or tested; (vii) Date available for shipment; (viii) Date shipped or date service completed; and (ix) National Stock Number (NSN), or if none is provided in the contract, the applicable item number or other contractual identification. (2) These records should be maintained at the point of source inspection and shall be available to the Contracting Officer, or an authorized representative, for (i) 3 years after final payment; or (ii) 4 years from the end of the Contractor's fiscal year in which the record was created, whichever period expires first. (e) Additional cost for inspection and testing. The Contractor will be charged for any additional cost for inspecting/testing or reinspection/ retesting supplies for the reasons stated in paragraph (e) of FAR 52.246-2, Inspection of Supplies-Fixed Price. When inspection or testing is performed by or under the direction of GSA, charges will be at the rate of $ * per man-hour or fraction thereof if the inspection is at a GSA distribution center; $ * per man-hour or fraction thereof, plus travel costs incurred, if the inspection is at any other location; and $ * per man-hour or fraction thereof for laboratory testing, except that when a testing facility other than a GSA laboratory performs all or part of the required tests, the Contractor shall be assessed the actual cost incurred by the Government as a result of testing at such facility. When inspection is performed by or under the direction of any agency other than GSA, the charges indicated above may be used, or the agency may assess the actual cost of performing the inspection and testing. (f) Responsibility for rejected supplies. When the Contractor fails to remove or provide instructions for the removal of rejected supplies under FAR 52.246-2(h) pursuant to the Contracting Officer's instructions, the Contractor shall be liable for all costs incurred by the Government in taking such measures as are expedient to avoid unnecessary loss to the Contractor. In addition to the remedies provided in FAR 52.246-2, supplies may be- (1) Stored for the Contractor's account; (2) Reshipped to the Contractor at its expense (any additional expense incurred by the Government or the freight carrier caused by the refusal of the Contractor to accept their return also shall be for the Contractor's account); or (3) Sold to the highest bidder on the open market and the proceeds applied against the accumulated storage and other costs, including the cost of the sale. C.38 D-FSS-478 DECALS, STICKERS, AND DATA PLATES (APR 1984) Unless otherwise specified, caution plates/decals shall be conspicuously installed for all equipment requiring such notices. Vehicles for civil agencies shall be provided with the manufacturer's current warranty legend imprinted on decalcomania, and applied in a visible area of the engine compartment. In addition, a decal or sticker shall provide at least the following information: contract number; purchase order number; date of delivery, month and year; and the warranty time, in month and miles. C.39 D-FSS-479 GSA FORM 1398 (AUG 1993) The Contractor shall affix one copy of GSA Form 1398, GSA Purchased Vehicle, fully completed, to the right or left front door lock face or door post after final inspection is made. All marks on windows and other labels (except labels cautioning against drained transmission, crankcase, and rear axle) shall be removed. Copies of GSA Form 1398 are available from the Contracting Officer. NOTE TO OFFEROR: Data shown in the solicitation schedule of items may be utilized to satisfy the requirements for the following to be shown on GSA Form 1398: (1) Receiving Agency--Examples are: State, USIA, Forest Service, GSA. (2) Purchase Order No.--Use the five-digit "case" or "file" number. C.40 E-FSS-514 PRODUCTION AND INSPECTION POINT(S) (JUN 1990) (a) Production Point. Offeror shall insert, in the appropriate spaces provided below, the names of the manufacturers of the items offered and the address and telephone number of the facility(ies) at which the items will be manufactured or produced. (b) Source Inspection Point. Offeror shall indicate, in the spaces provided below, the location(s) at which the supplies will be inspected or made available for inspection. If the addresses of the respective production and inspection points are identical, the offeror should insert "same" in the inspection point column. PRODUCTION POINT-- INSPECTION POINT ITEM NAME OF NAME, ADDRESS (If other than NO(S). MANUFACTURE (Including County), and Production Point) TELEPHONE NUMBER ________ ________________ _____________________ _________________ ________ ________________ _____________________ _________________ ________ ________________ _____________________ _________________ NOTE: If additional space is needed, the offeror may furnish the requested information by an attachment to the offer. C.41 F-FSS-200-B DELIVERY--F.O.B. DESTINATION (MAY 1991) Prices offered must cover delivery f.o.b. destination (FAR 52.247-34) to the delivery address listed in the solicitation. C.42 F-FSS-285 WAIVER OF DELIVERY SCHEDULE (APR 1984) (a) None of the following shall be regarded as an extension, waiver, or abandonment of the delivery schedule or a waiver of the Government's right to terminate for default: (i) delay by the Government in terminating for default; (ii) acceptance of delinquent deliveries; and (iii) acceptance or approval of samples submitted either after default in delivery or in insufficient time for the Contractor to meet the delivery schedule. (b) Any assistance rendered to the Contractor on this contract or acceptance by the Government of delinquent goods or services hereunder, will be solely for the purpose of mitigating damages, and is not to be construed as an intention on the part of the Government to condone any delinquency, or as a waiver of any rights the Government may have under subject contract. C.43 F-FSS-290 DELIVERY HOURS (APR 1984) Where prices are quoted and accepted on a destination basis, delivery shall be performed between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, holidays excluded. C.44 F-FSS-706 COMMERCIAL DRIVEAWAY (APR 1984) Unless otherwise specified under the items, driveaway delivery is acceptable; however, when driveaway is used, offerors shall not, on any movement, contemplate driving vehicles covered by this solicitation more than 50 miles on their own wheels, except by an approved bonded commercial driveaway common carrier. UNDER NO CIRCUMSTANCES SHALL MOTOR VEHICLES PURCHASED UNDER THIS CONTRACT BE USED AT ANY TIME (WHILE IN TRANSIT FROM SHIPPING POINT TO DESTINATION) TO CARRY, TOW OR PUSH OTHER VEHICLES OR CARGO OF ANY KIND. C.45 F-FSS-742 NOTICE OF SHIPMENT (MAR 1996) In addition to the notice of shipment which may be required pursuant to GSAR 552.211-82, "Notice of Shipment," the Contractor shall, at the time each shipment is made under this contract, furnish a notice of shipment to the Contracting Officer, Attention: Automotive Acquisition Support Division. This requirement may be satisfied by furnishing documents similar to those referred to in the aforementioned clause. C.46 F-FSS-755 IDENTIFICATION OF VEHICLES (OCT 1988) The Contractor must show the applicable GSA Purchase Order number on the carrier's freight bill or other document used in the delivery of vehicles awarded f.o.b. destination under this solicitation. This information is essential to the consignee for identification purposes. Vehicles will not be accepted by the Government without this identifying number. C.47 G-FSS-900-A CONTACT FOR CONTRACT ADMINISTRATION (JAN 1994) Offerors are required to designate a person to be contacted for prompt contract administration. NAME _________________________________________________________________ TITLE _________________________________________________________________ ADDRESS______________________________________________________________ ZIP CODE _______________________ EMAIL_________________________________________________________________ TELEPHONE NO. (_______)__________________________FAX NO. (_____)______________________ C.48 G-FSS-914-B CONTRACTOR'S REMITTANCE (PAYMENT) ADDRESS (SEP 1996) (a) Payment by electronic funds transfer (EFT) is the Government's preferred method of payment. However, under certain conditions, the Government may elect to make payment by check. The offeror shall indicate below the payment (remittance) address to which Government checks should be mailed for payment of proper invoices submitted under a resultant contract. PAYMENT ADDRESS: ______________________________ ______________________________ ______________________________ (b) All offerors are cautioned that if the payment address shown on an invoice differs from that shown above, the address above will govern. Payment to any other address, except as provided for through EFT payment methods, will require an administrative change to the contract. C.49 H-FSS-582 EVIDENCE OF SHIPMENT OF MANUALS (OCT 1988) The Contractor shall furnish the Contracting Officer and the cognizant Regional Contract Management Division written evidence of shipment or mailing of Parts and Service Manuals required under this contract. This evidence shall consist of a copy of the transmittal letter (if used) or other written paper identifying the contract, agency and GSA case numbers; and shall show the manuals shipped, the addressee, date and method of shipment; and shall be forwarded as indicated above within 24 hours of the date of shipment or mailing. Such evidence need not be furnished for manuals shipped within the vehicles. C.50 I-FSS-168 OPTION TO EXTEND THE TERM OF THE CONTRACT (JUN 1996) The Government has the unilateral right to extend the term of this contract through the exercise of options. The total duration of this contract, including option(s), shall not exceed three years. The base one-year contract has two potential option years. When any option to extend the term of this contract is exercised, the following conditions are applicable: (a) The Government may extend the term of this contract by written notice to the Contractor 30 thirty days; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days prior to contract expiration. The preliminary notice does not commit the Government to an extension. (b) When the Government exercises its option to extend the term of this contract, prices in effect at the time the option is exercised will remain in effect during the option period, unless an adjustment is made in accordance with another contract clause (e.g., Economic Price Adjustment Clause). C.51 I-FSS-644 DEALERS AND SUPPLIERS (OCT 1988) When requested by the Contracting Officer, if other than the manufacturer, the offeror must submit prior to award of a contract, either (1) a letter of commitment from the manufacturer which will assure the offeror of a source of supply sufficient to satisfy the Government's requirements for the contract period, OR (2) evidence that the offeror will have an uninterrupted source of supply from which to satisfy the Government's requirements for the contract period.. C.52 I-FSS-880-A STATEMENT OF ORIGIN (APR 1984) A Manufacturer's Statement of Origin or Title showing the applicable Delivery Order Number is required for each vehicle procured under this solicitation. Statements applicable to the item(s) specified below shall be forwarded to the indicated addressee; statements applicable to items not specified below shall be forwarded to the consignee. C.53 I-FSS-965 INTERPRETATION OF CONTRACT REQUIREMENTS (APR 1984) No interpretation of any provision of this contract, including applicable specifications, shall be binding on the Government unless furnished or agreed to in writing by the Contracting Officer or his designated representative C.54 FAP-525 FIRST PRODUCTION VEHICLE (APR 1984) The Government representatives shall inspect the first production vehicle at the inspection point designated in the contract. The inspection shall be done to determine vehicle conformity with the contract specifications. The inspection shall be video taped or digitally photographed. The video or photographs shall include pictures showing the assembly of all major subassemblies components, such as, but not limited to, body mounting to chassis and critical substructures that cannot be observed when the vehicle is present for Government verification. The contractor shall produce three copies of the video tape or photographs of the first production vehicle at no additional cost to the government. The Contractor shall retain one as an approved sample, the Quality Assurance Representative shall securely retain the second copy and the Contracting Officer will retain the third copy. Upon acceptance, the vehicle shall be shipped in accordance with shipment terms of the contract. If the first production vehicle fails to meet the specification requirements, the Government may refuse acceptance of all vehicles until corrective action has been taken. This acceptance failure shall not relieve the Contractor from complying with the contract delivery terms or any other provisions of the contract. The Contractor shall notify the Contracting Officer and the Regional Quality Control Division set forth in the notice of award, of the availability of the vehicle for inspection. The notification shall be made in writing fifteen (15) calendar days prior to the date the Contractor proposes to have the vehicle available. The Contractor shall provide all necessary facilities for inspection without any additional charge.. SECTION D - INSTRUCTIONS TO OFFERORS D.1 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show - (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all t erms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and - (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to - GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST ( http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by - (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun ad Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selectio (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. ADDENDUM TO 52.212-1 - ADDITIONAL OFFER SUBMITTAL INSTRUCTIONS D.2 IMPORTANT NOTICE 1. To assist offerors in preparation of their offer, Proposal Instructions and a Proposal Checklist are provided. The Proposal Checklist is found in the beginning of this solicitation right after the Table of Contents, and Proposal Instructions begin in the following section, D.3. 2. The Schedule of Items is found in Section B. 3. The Federal Acquisition Regulation (FAR) is frequently referenced in this solicitation; it can be accessed on the Internet at www.acquisition.gov. 4. All Clauses found within the solicitation or incorporated by reference set forth by the General Services Administration Manual (GSAM) can be accessed on the Internet at www.acquisition.gov. 5. FedBizOpps.gov is the single government point-of-entry for Federal government procurement opportunities, which can be accessed on the internet at www.FedBizOpps.gov. Offerors are encouraged to register to receive notification from FedBizOpps of changes to the MESMS solicitation. 6. The Government reserves the right to evaluate offers and award a contract without discussion. Therefore, the initial offer should contain the Offeror's best terms from both a price and technical standpoint. 7. For those industry partners that have contracted with GSA for vehicles, Performance Assessment Reports will be used in the evaluation of Past Performance. For new industry partners, reference information is required and GSA reserves the right to conduct an inspection to assess performance capabilities. 8. In accordance with FAR 37.114, the contractor and their employees must always identify themselves as contractor personnel when dealing with the public, members of Congress, or Government employees, in the performance of the services under this contract. All documents or reports produced by contractors must also be suitably marked as contractor products. D.3 PROPOSAL INSTRUCTIONS Read the entire solicitation document prior to preparation of your offer. This solicitation contains a checklist outlining the elements required for an offer to be considered complete. Offerors shall complete the checklist and submit it with their proposal. Incomplete offers may be rejected without further consideration. All offers shall be compiled and submitted as one (1) original offer and one (1) copy. Offerors should retain a copy for their reference. Offerors are strongly urged to use two-sided copying of offers for submission to GSA. In addition offerors are required to submit an electronic copy of the complete proposal to Craig.Walsh@gsa.gov by the closing date and time. The Offeror is required to provide signed written original copies of the SF1449 and solicitation package, the Cover Page to Offer, the Proposal Checklist, drawings, and information requested in the statement of work to the address specified for receipt of proposals below. All proposals submitted in response to GSA's Department of Veterans Affairs, Emergency Pharmacy Trailer, QMAA-F0-110002-N, shall be arranged and clearly marked in three separate sections; Section 1 - Administrative Requirements, Section 2 - Technical Proposal, and Section 3 - Price Proposal. Evaluation criteria can be found in section E of this solicitation. The information provided in the proposal (Sections I, II, & III), shall be concise, specific and complete. The instructions below outline the information required in each section. PROPOSALS MUST BE RECEIVED BY 2:00 P.M. EASTERN TIME, APRIL 19, 2011 AT THE FOLLOWING ADDRESS: GENERAL SERVICES ADMINISTRATION Solicitation: QMAA-F0-110002-N Bid Room, Room 1065 7th & D Streets, SW Washington, DC 20407-0000 Phone: 202.708.5961 Section I - Administrative Requirements SOLICITATION Submit a complete copy of the entire solicitation, with all requested "fill-in" information completed. A signed Standard Form 1449 with all shaded blocks, as well as any attachments as they are applicable to the offer, must be completed and submitted in Section I. FINANCIAL DATA Offeror must submit information to demonstrate their financial resources in accordance with FAR part 9. The offeror shall include a copy of its audited annual report, an audited consolidated financial statement, or such other information which demonstrates the offeror's financial stability for the past 3 years. Clearly identify current assets, current accounts receivables, and current liabilities in each supporting document submitted for each of the 3 years submitted. The Government may utilize other means to determine financial capability that may require additional financial information be submitted. CENTRAL CONTRACTOR REGISTRATION (CCR) Offeror shall submit proof of registration in the Central Contractor Registration (CCR). The web address for CCR is www.ccr.gov. ONLINE REPRESENTATIONS & CERTIFICATIONS APPLICATION (ORCA) Offeror shall submit proof of registration in the Online Representation & Certifications Application (ORCA). The web address for this application is: http://orca.bpn.gov. VETS 100 The U.S. Department of Labor (DOL), Veterans' Employment and Training Service (VETS) annually collects and compiles the Federal Contractor Veterans' Employment Report (VETS-100) from Federal contractors and subcontractors who receive Federal contracts of $100,000 or more. This VETS-100 Report is due annually, on September 30. Offerors shall complete an online submission of the VETS 100 report through the following website: vets.dol.gov/vets100. Offeror shall submit proof of completion of a VETS 100 report. DEVIATIONS and EXCEPTIONS Offerors shall submit a statement indicating that no deviations or exceptions have been taken to the government's stated technical requirements. If deviations or exceptions are necessary, any and all deviations or exceptions to the technical requirements must be identified on a separate sheet of paper. Any exceptions and all deviations expressed or implied in the offeror's proposal is not acceptable unless it is specifically and explicitly addressed and accepted by the Government. Section II - Technical Proposal The technical proposal section is comprised of factors relating to the offeror's ability to perform. Offerors are highly encouraged to review the statement of work, found at Section B.3, prior to preparing a technical proposal. Offerors shall prepare and compile the information listed under each factor listed below and clearly label the response to each factor. FACTOR 1 - TECHNICAL CAPABILITY Technical Capability is the primary determining factor of an offeror's ability to perform. Offerors shall describe how they meet or plan to meet the requirements in the Statement of Work (SOW) and contract clauses. Offerors shall submit drawings as instructed (drawings do not count towards page limitations). The Government will review proposals to determine that the offeror has adequately demonstrated an ability to meet the Government's requirements. Offers demonstrating ability to perform will be determined "technically acceptable". Proposals that merely restate the contents of the statement of work of this solicitation will be deemed unacceptable. Any deviations to the technical requirements must be submitted on separate letterhead stationery. Page limit - 10 pages FACTOR 2 - CORPORATE EXPERIENCE Offerors shall submit a narrative description describing their experience in providing similar products over the past two (2) years. Describe at least two (2) projects, similar in size and complexity to the effort contemplated herein and in sufficient detail for the Government to perform an evaluation of the product offered All examples of offered products must be relevant and have been found to be acceptable by the client. At a minimum, the offeror shall provide the following information:  Project/Contract Name  Project Description  Dollar Amount of Project  Project Duration, including the original estimated completion date and the actual completion date  Point of Contact and Telephone Number Projects must include a summary, a detailed description of the work performed and results achieved; proposed and actual milestones, deliverables; explanations for any delays; methodologies, tools and/or processes used in work performance; and problems encountered and corrective actions taken. Page limit - 5 pages. Offerors with no relevant corporate experience may provide summary descriptions as described above of vehicle solutions projects worked on by current staff members before being employed by the offeror. However, the offeror must clearly and conspicuously state that current staff member experience is being substituted for relevant corporate experience. Offerors who substitute current staff member experience for corporate experience must identify the current staff member as key personnel in their proposal NOTE: The Government reserves the right to contact customer references and to use any information discovered in the process of evaluating the offer. In order for the offeror to achieve an "acceptable" rating, the work described in the projects must demonstrate the successful completion of work which was of a similar or greater complexity to the work described in the statement of work and proposed to be accomplished by the offeror. Page Limit- 6 pages FACTOR 3 - MANAGEMENT CAPABILITIES The offeror shall describe their management approach in narrative format. At a minimum, the offerors shall address the following points: • Identify the key personnel to be assigned to this contract and supply resumes to include technical expertise, background, experience, and current job functions (resumes will not be included in the 5 page limit). • Describe how key personnel will handle production of the vehicle • Describe the quality assurance procedures to be employed for this effort and describe what oversight will be provided as it pertains to the solution solicited. Page Limit - 5 Pages FACTOR 4 - PAST PERFORMANCE The Offeror shall demonstrate it has acceptable past performance history in providing similar products solicited and in managing significant projects and contracts of the kind contemplated. Provide 3 references (names, addresses, current phone, and current email address) that can attest to the offeror's performance in this regard. Page limit- 4 pages Section III - Price Proposal PRICE PROPOSAL FACTOR 5- Price An evaluation of the Offerors's price proposal will be made to determine if the price offered is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical proposal. Price reasonableness determinations will be make by determining if competition exists and by comparing offered prices with established commercial or GSA pricing. Offerors will be evaluated based upon the lowest priced technically acceptable. As technical proposals become more equal in merit, price becomes more important. All proposed pricing shall be submitted as FOB Destination. Pricing shall be clearly stated and Offerors are encouraged to use the pricing template found in Section B.2 for the respective contract line items. Pricing assumptions, if any, should be clearly articulated. D.4 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) (a) Definitions. As used in this clause-- Postconsumer material means a material or finished product that has served its intended use and has been discarded for disposal or recovery, having completed its life as a consumer item. Postconsumer material is a part of the broader category of "recovered material." For paper and paper products, postconsumer material means "postconsumer fiber" defined by the U.S. Environmental Protection Agency (EPA) as-- (1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or (2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not (3) Fiber derived from printers' over-runs, converters' scrap, and over-issue publications. Printed or copied double-sided means printing or reproducing a document so that information is on both sides of a sheet of paper. Recovered material, for paper and paper products, is defined by EPA in its Comprehensive Procurement Guideline as "recovered fiber" and means the following materials: (1) Postconsumer fiber; and (2) Manufacturing wastes such as-- (i) Dry paper and paperboard waste generated after completion of the papermaking process (that is, those manufacturing operations up to and including the cutting and trimming of the paper machine reel into smaller rolls or rough sheets) including: envelope cuttings, bindery trimmings, and other paper and paperboard waste resulting from printing, cutting, forming, and other converting operations; bag, box, and carton manufacturing wastes; and butt rolls, mill wrappers, and rejected unused stock; and (ii) Repulped finished paper and paperboard from obsolete inventories of paper and paperboard manufacturers, merchants, wholesalers, dealers, printers, converters, or others. (b) In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government. (c) If the Contractor cannot purchase high-speed copier paper, offset paper, forms bond, computer printout paper, carbonless paper, file folders, white wove envelopes, writing and office paper, book paper, cotton fiber paper, and cover stock meeting the 30 percent postconsumer material standard for use in submitting paper documents to the Government, it should use paper containing no less than 20 percent postconsumer material. This lesser standard should be used only when paper meeting the 30 percent postconsumer material standard is not obtainable at a reasonable price or does not meet reasonable performance standards. D.5 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive12 (HSPD12), Office of Management and Budget (OMB)guidance M0524, and Federal Information Processing Standards Publication (FIPSPUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally controlled facility and/or routine access to a Federally controlled information system. D.6 52.212-3 Offeror Representations and Certifications-Commercial Items. (MAR 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision- "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation" means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (8) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It o is, o is not certified by the Small Business Administration as a small disadvantaged business concern and dentified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It o has, o has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(8)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (9) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(9)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of t his provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. ( 5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (2) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (o) Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph (o)(2) of this provision, by submission of its offer, the offeror certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996. (2) The certification requirement of paragraph (o)(1) of this provision does not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. D.7 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected. D.8 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991) Offers submitted in response to this solicitation shall be in terms of U.S. dollars. Offers received in other than U.S. dollars shall be rejected. D.9 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Definite Quantity contract with one base year with options resulting from this solicitation. D.10 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) (ALTERNATE I APR 2002) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 336112. (2) The small business size standard is 1000 employees. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it 0 is, 0 is not a small business concern. (2) [Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it 0 is, 0 is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.]The offeror represents as part of its offer that it 0 is, 0 is not a women owned small business concern. (4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it 0 is, 0 is not a veteran owned small business concern. (5) [Complete only if the offeror represented itself as a veteran owned small business concern in paragraph (b)(4)of this provision.] The offeror represents as part of its offer that it 0 is, 0 is not a service disabled veteran owned small business concern. (6) [Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that (i) It 0 is, 0 is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It 0 is, 0 is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i)of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (7) [Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.] The offeror shall check the category in which its ownership falls: 0 Black American. 0 Hispanic American. 0 Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). 0 Asian Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (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). 0 Subcontinent Asian (Asian Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). 0 Individual/concern, other than one of the preceding. (c) Definitions. As used in this provision Service disabled veteran owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service disabled veterans or, in the case of a service disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in 38 U.S.C. 101(16). Small business concern, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Veteran owned small business concern means a small business concern (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women owned small business concern, means a small business concern (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is ownedby one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the setaside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person whom represents a firm's status as a small, HUBZone small, small disadvantaged, or women owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. D.11 52.223-4 RECOVERED MATERIAL CERTIFICATION (OCT 1997) As required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. 6962(c)(3)(A)(i)), the offeror certifies, by signing this offer, that the percentage of recovered materials to be used in the performance of the contract will be at least the amount required by the applicable contract specifications. D.12 52.225-18 PLACE OF MANUFACTURE (SEP 2006) (a) Definitions. As used in this clause-- Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) 0 In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) 0 Outside the United States. D.13 52.232-15 PROGRESS PAYMENTS NOT INCLUDED (APR 1984) A progress payments clause in not included in this solicitation, and will not be added to the resulting contract at the time of award. Bids conditioned upon inclusion of a progress payment clause in the resulting contract will be rejected as nonresponsive. D.14 A-FSS-2-D (OCT 1988) DEFINITE QUANTITY CONTRACT FOR: FSC CLASS 2320 - VA EMERGENCY PHARMACY TRAILER (EPT) D.15 A-FSS-12-A PERIOD FOR ACCEPTANCE OF OFFERS (MAR 1996) Paragraph (c) of the provision 52.212-1, Instructions to Offerors-Commercial Items, is revised to read as follows: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers within which offer may be accepted. D.16 A-FSS-13-B PAYMENT TERMS (SEP 1999) "Notice to Bidders - Use Item 12 of the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, to offer prompt payment discounts. The Prompt Payment clause of this solicitation sets forth payment terms. Do not insert any statement in Item 12 which requires payment sooner than the time stipulated in the Prompt Payment clause. EXAMPLE: If you are not participating in full cycle electronic commerce, by inserting "NET 20" in Item 12, GSA will reject your offer as nonresponsive because the entry contradicts the 30 day payment terms specified in the Prompt Payment clause." D.17 K-FSS-1 AUTHORIZED NEGOTIATORS (MAR 1998) The offeror shall, in the spaces provided below, fill in the names of all persons authorized to negotiate with the Government in connection with this request for proposals or quotations. (List the names, titles, telephone numbers and electronic mail address of the authorized negotiators.) ________________________________ ________________________________ ________________________________ D.18 L-FSS-59 AWARD (APR 1984) Until a formal notice of award is issued, no communication by the Government, whether written or oral, shall be interpreted as a promise that an award will be made. D.19 L-FSS-490 UNSOLICITED SAMPLES, DESCRIPTIVE LITERATURE, OR BRAND NAME REFERENCES (APR 1984) When procurement is effected under specifications or purchase descriptions (other than "brand name or equal") and the Government does not specifically request bid samples, descriptive literature, or references to brand names, models, or part numbers as an integral part of the bid, and the bid is accompanied by any of those materials, the materials will be disregarded, unless it is clear from the bid or accompanying papers that it was the bidders' intention to qualify the bid. SECTION E - EVALUATIONS E.1 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: General Services Administration FAS - Automotive Acquisition Support Division (QMAA) 2200 Crystal Drive, Suite 1006 Arlington, VA 22202 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. E.2 552.217-70 EVALUATION OF OPTIONS (AUG 1990) (a) The Government will evaluate offers for award purposes by determining the lowest base period price. When option year pricing is based on a formula (e.g., changes in the Producer Price Index or other common standard); option year pricing is automatically considered when evaluating the base year price, as any change in price will be uniformly related to changes in market conditions. All options are therefore considered to be evaluated. Evaluation of options will not obligate the Government to exercise the option(s). (b) The Government will reject the offer if exceptions are taken to the price provisions of the Economic Price Adjustment clause, unless the exception results in a lower maximum option year price. Such offers will be evaluated without regard to the lower option year(s) maximum. However, if the offeror offering a lower maximum is awarded a contract, the award will reflect the lower maximum. E.3 EVALUATION CRITERIA Offerors will be evaluated for award on the basis of their Technical Proposal and Price Proposal. Offeror's proposal shall be prepared in accordance with the solicitation. Offerors are on notice that proposals which are unrealistic in terms of technical commitment or lack of technical competence or indicative of failure to comprehend the complexities and risks of the solicitation requirements will be rejected. Although discussions concerning technical proposals are not planned, the procurement team reserves the right to bring unacceptable offers up to an acceptable level through negotiations. The following represent the technical factors used in the evaluation of proposals to determine the technical acceptability of offers: FACTOR 1: TECHNICAL CAPABILITY - Offeror demonstrates it has the technical capability to perform the work solicited. Technical approach is sound; offeror can meet delivery and performance requirements; and performance risk to government is mitigated. FACTOR 2: CORPORATE EXPERIENCE - Offeror has the experience similar to the size, scope and complexity contemplated. FACTOR 3: MANAGEMENT CAPABILITES - Offeror demonstrates it has the ability to successfully manage this effort. Offeror has documented quality processes to assure complete compliance with all solicitation requirements and management oversight. FACTOR 4: PAST PERFORMANCE - Offeror demonstrates it has satisfactory past performance in providing similar items. E.4 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: *_SEE E.3 above_* Technical and past performance, when combined with corporate experience and management capabilities, are *_of equal importance __*. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. E.5 M-FSS-301-A METHOD OF AWARD (APR 1984) Award will be made to the lowest price, technically acceptable, responsive and responsible offeror. Any and all deviations to the Governments technical requirement and terms and conditions must be identified on a separate sheet of paper. Any 5and all deviations expressed or implied either narrative or in any material submitted with the offer, is not acceptable unless it is specifically addressed and accepted by the Government. Offeror will be advised of unacceptable deviations and provided an opportunity to conform with the Governments minimum technical requirements. Any offeror who fails to revise their offer to conform to the Governments minimum technical requirements, within the time frame established for compliance, will be determined non-responsive and no further consideration will be given to their offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1dad32fc6488fc5086177e80721a0bc5)
 
Place of Performance
Address: Department of Veterans Affairs, Hines, Illinois, 60141, United States
Zip Code: 60141
 
Record
SN02406249-W 20110324/110322234249-1dad32fc6488fc5086177e80721a0bc5 (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.