Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

Z -- Corrective Maintenance of OneMILES SeaWITS Equipment - Package #1

Notice Date
2/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-12-Q-QWD757
 
Archive Date
2/29/2012
 
Point of Contact
Shayani Mukherjee, Phone: 202-475-3235, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
shayani.mukherjee@uscg.mil, robert.a.mann-thompson@uscg.mil
(shayani.mukherjee@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification for OneMILES SEAWITS Corrective Maintenance This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. Solicitation number HSCG323-12-Q-QWD757 is issued as a Request for Quotations (RFQ). The United States Coast Guard (USCG) intends to award a sole source Time and Material (T&M) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years to Lockheed Martin Corporation Inc on an other than full competition basis IAW FAR 6.302-1(b)(1)(ii). The North American Industry Classification System (NAICS) Code for this requirement is 333319 with a size standard of 500 employees. The USCG intends to acquire corrective maintenance for eight (8) sets of Multiple Integrated Laser Engagement System (MILES) Seagoing Wireless Interactive Technology (SEAWITS) equipment manufactured by Lockheed Martin Inc. MAINTENANCE OF ONEMILES AND SEAWITS PRODUCTS FOR THE U.S. COAST GUARD SPECIAL MARITIME TRAINING CENTER PERFORMANCE WORK STATEMENT (PWS) 01/30/2012 1.0 GENERAL 1.1 SCOPE The Special Mission Training Center (SMTC) is in possession of eight (8) sets of Multiple Integrated Laser Engagement System (MILES) Seagoing Wireless Interactive Technology (SeaWITS) equipment manufactured by Lockheed Martin. The OneMILES SeaWITS equipment is no longer covered under warranty and requires corrective maintenance. 1.2 BACKGROUND The Special Missions Training Center (SMTC) serves as a training center and technology demonstration and evaluation tool for DHS & DOD within a variety of areas that encompass small boat tactics, weapons, weapon systems, advanced materials, improved designs of equipment used by the operating forces of DHS & DOD. To this end, SMTC had acquired eight (8) sets of OneMILES SeaWITS training systems. The purpose of these training systems is for Small Boats to have knowledge of their firing accuracy and effectiveness. Additionally, OneMILES SeaWITS is specifically designed to transform boats into fully compatible Multiple Integrated Laser Engagement System (MILES) targets for training. 1.3 CONTRACTOR PERSONNEL 1.3.1 PROGRAM MANAGER The Contractor shall provide a Program Manager who shall be responsible for all Contractor work performed under this contract. 1.3.1.1 The Program Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). During any absence of the Program Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Program Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Program Manager without prior approval from the Contracting Officer. The name of the Program Manager and the name of one alternate who shall act for the Contractor in the absence of the Program Manager shall be provided in writing to the Contracting Officer no later than (NLT) five (5) business days from date of contract award. 1.3.2 QUALIFIED PERSONNEL The Contractor shall provide qualified personnel to perform all requirements specified in this contract. 1.3.3 CONFLICT OF INTEREST The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or could, appear to cause a conflict of interest. 1.4 SECURITY Contractor access to classified information is not required under this contract. 1.5 PERIOD OF PERFORMANCE The period of performance shall be for five (5) years starting from the date of award. 1.6 PLACE OF PERFORMANCE Items will be sent from Special Maritime Training Center (SMTC) to Lockheed Martin Simulation, Training and Support for repair and shipped back to SMTC after repair. 1.7 MONTHLY REPORTS The Program Manager shall provide a monthly report to the COTR and Contracting Officer via electronic mail by the second of each month. The report shall include a summary of all the work performed by the Contractor under each task order placed under the IDIQ. Additionally, the Contractor shall list the items that are beyond economical repair in the monthly report. 1.8 PERFORMANCE REQUIREMENTS SUMMARY (PRS) Task orders issued under this contract will be performance based and incorporate the Performance Requirements Summary (PWS) outlined in PWS 8.0. In general, the PRS will set forth the expected outcomes (objectives) of each task order, the service(s) required of the contractor to attain the objectives, and a performance standard per outcome. It is the intent of the Government to maintain consistency in standards and associated reduction schedules for same or similar outcomes from task order to task order. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including reductions in payment in accordance with any clause for inspection of services. 1.9 GENERAL REPORT REQUIREMENTS The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation III (Windows Vista and Microsoft Office Applications). 1.10 INTELLECTUAL PROPERTY Intellectual property shall be handled in accordance with contract clauses FAR 52.227-14. 1.11 PACKAGING AND MARKING The Contractor shall preserve, pack and mark for shipment all items deliverable under this contract in accordance with good commercial practices and adequate protection to prevent damage to the equipment to and from SMTC. 2.0 GOVERNMENT TERMS & DEFINITIONS 2.1 COTR - Contracting Officer's Technical Representative 2.2 KO - Contracting Officer 2.3 KS - Contract Specialist 2.4 PM- Program Manager 2.5 PRS- Performance Requirement Summary 2.5 PWS- Performance Work Statement 2.6 SMTC- Special Mission Training Center 2.7 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES No government furnished resources will be provided for any task orders placed under the IDIQ other than the equipment that requires corrective maintenance. 4.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this contract. 5.0 REQUIREMENTS 5.0.1 CORRECTIVE MAINTENANCE The Contractor shall provide corrective maintenance of hardware and software to fielded eight (8) sets of One Multiple Integrated Laser Engagement System (MILES) Seagoing Wireless Interactive Technology (SeaWITS) equipment. Corrective Maintenance shall be performed in accordance with Original Equipment Manufacturer maintenance manuals. Corrective Maintenance is defined as unscheduled maintenance activities performed on hardware or software to repair or otherwise restore failed OneMILES SeaWITS Equipment to operational or working status. Corrective Maintenance shall include replacement of all consumables and repair of physical parts of the OneMILES SeaWITS system. Software maintenance will include, when necessary, system upgrades, reloading of software if it is erased off a system and any other action taken to ensure that the software is running at optimal performance. 5.0.2 TURN AROUND TIME The Contractor shall meet a turnaround time of twenty one (21) days. The Contractor shall repair the ONEMILES SEAWITS within twenty one (21) days from the date the MILES SeaWIT equipment is received by the contractor. 5.0.3 SUPPLY SUPPORT The Contractor shall establish a robust supply chain management process that includes the appropriate stockage levels of repair parts, distribution procedures and shipping modes that support the turnaround time in the PWS. 5.0.4 LOGISITICS WORK FLOW When a OneMILES SeaWITS equipment requires software or hardware maintenance a SMTC point of Contact will contact the contractor to report the problem. The contractor shall contact the SMTC POC within 24 hours to confirm the request and provide shipping instructions to the Contractor's facility as needed. Upon restoring the OneMILES SeaWITS equipment, the contractor shall ship the equipment back to SMTC. 6.0 REFERENCES None 7.0 DELIVERABLES Deliverable: 1 Item Description: Monthly Reports Due Date: 1st of every month 8.0 PERFORMANCE STANDARDS The PRS table below reflects the metrics determined to be important for the successful performance of task orders placed against this IDIQ. This includes the expected standards of performance and surveillance methods. The Government will establish a QASP plan that is not part of the subject task order in order to monitor the performance requirements summary items described below. Objective: 1 Required Service : Performance IAW with section 5.0.2 of the PWS Performance Standard : 100% compliance with section with the exception of government caused interference or force majeure. Surveillance Plan : If determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance. 9.0 POINT OF CONTACT John Sekula or Phillip Davis Contractor: Weapons Department SMTC Phone: (910) 440-6080/ (910) 440-6079 Email: john.j.sekula@uscg.mil / phillip.m.davis@uscg.mil David. C. Padgett Contracting Officer Technical Representative (COTR) Phone: (910) 440-7517 Email: david.c.padgett@uscg.mil Robert A. Mann-Thompson Contracting Officer Phone: (202)475-3252 Email: robert.a.mann-thompson@uscg.mil The following provisions and clauses apply to this procurement and are incorporated either by reference or in full text: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) The contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. FAR 52.212-1 Instructions to Offerors-Commerical items (June 2008) and is supplemented as follows: Question Submission Deadline : All questions regarding this solicitation shall be submitted by 12:00 PM EST February 8, 2012 via email to Ms. Shayani Mukherjee at shayani.mukherjee@uscg.mil. Quote Submission Deadline : Vendors shall submit an electronic version of their quote in word or adobe pdf format by 4:00 PM EST on February 14, 2012 via email to Ms. Shayani Mukherjee at shayani.mukherjee@uscg.mil. Quoter shall submit each volume as a separate document file and via email only. Volume 1: Technical Approach Volume 2: Past Performance Volume 3: Price Volume 1 Contents: The Quoter shall provide the following in its Volume 1 in order to be considered complete: a document entitled "Technical Approach" that contains sufficient detailed information that demonstrates the Quoter's ability to perform the requirements of the PWS. Quoters shall provide the following information to demonstrate technical capability: (a) A narrative that the quoter understands the requirements and the quoter's technical approach to accomplish the requirements. (b) Exceptions/assumptions taken with regard to the PWS or any other aspect of the RFQ or any other information that the Quoter finds necessary or pertinent to the offer. Volume 2 Contents : Quoter shall submit three (3) relevant references listing the following information for each reference separately: Contract Number: Prime or Subcontractor: Dollar Amount: Date Completed: Contract Type: Item/Service Description: Period of performance: Customer POC: Name, Address, Phone Number, Fax and Email If there is no past performance information, please provide the following statement in your quote: "No Past Performance information available." Volume 3 Contents : The Quoter shall submit a time and material quote based on the following: Year 1 from date of award CLIN 0001 Unit Price: Corrective maintenance of eight (8) OneMILES SeaWITS training systems at Special Mission Training Center (SMTC) Camp Lejeune, NC and shipping costs to and from Camp LeJeune NC. Year 2 (1 year from Year 1) CLIN 0002 Unit Price: Corrective maintenance of eight (8) of OneMILES SeaWITS training systems at Special Mission Training Center (SMTC) Camp Lejeune, NC and shipping costs to and from Camp LeJeune, NC. Year 3 (1 year from Year 2) CLIN 0003 Unit Price: Corrective maintenance of eight (8) of OneMILES SeaWITS training systems at Special Mission Training Center (SMTC) Camp Lejeune, NC and shipping costs to and from Camp LeJeune, NC. Year 4(1 year from Year 3) CLIN 0004 Unit Price: Corrective maintenance of eight (8) of OneMILES SeaWITS training systems at Special Mission Training Center (SMTC) Camp Lejeune, NC and shipping costs to and from Camp LeJeune, NC. Year 5 (1 year from Year 4) CLIN 0005 Unit Price: Corrective maintenance of eight (8) of OneMILES SeaWITS training systems at Special Mission Training Center (SMTC) Camp Lejeune, NC and shipping costs to and from Camp LeJeune, NC. Additional terms, conditions and requirements that shall be submitted are as follows: 1) The solicitation number 2) The name address, email and telephone number of the offeror 3) Acknowledgement of all solicitation amendments 4) Company Tax Information Number and DUNS number FAR 52.212-2-Evaluation-Commercial Items (Commercial Items) (Jan 1999) and is supplemented as follows: Best Value will be determined by using trade-off process. The award will be made on the basis of trade-offs between price and non-price factors. Award of a single five (5) year IDIQ will be based on the following evaluation criteria: i. FACTOR 1: TECHNICAL APPROACH: The Government will evaluate the Quoter's Technical Approach to determine their capability to perform all the requirements outlined in the PWS which includes meeting the turnaround time and maintaining a supply support. ii. FACTOR 2: RELEVANT PAST PERFORMANCE : The Government reserves the right to utilize past performance information other than the information submitted with the quotes received in conducting the evaluation. A quoter without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The Government may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. iii. FACTOR 3: PRICE: The Government will evaluate the total proposed price to determine price reasonableness. The total proposed price is calculated by the subtotal of all the item number values. Technical and relevant past performance, when combined, are more important than price. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications- Commercial items (June 2008) FAR 52.212-4 Contract Terms and Conditions- Commercial items (June 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2011). Clause 52.212-5 further incorporates the following: FAR 52.204-10 (July 2010), FAR 52.209-10 (Dec 2010), FAR 52.222-3 (June 2003), FAR 52.222-19 (July 2010), FAR 52.22-21 (Feb 1999), FAR 52.222-26 (March 2007), 52.222-36 (Oct 2010),FAR 52.223-18 (Aug 2011), FAR 52.222-41 (Nov 2007), FAR 52.222-42 (May 1989) FAR 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 1 corrective maintenance of OneMILES SeaWITS training systems, 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 corrective maintenance for 8 OneMILES SeaWITS training systems (2) Any order for a combination of items in excess of corrective maintenance for 8 OneMILES SeaWITS training systems (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one 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 14 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. (End of Clause) FAR 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (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 period 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 _TBD based on the date of contract award_. (End of Clause) FAR 52.216-30 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (February 2007) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011) FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) FAR 52.233-3 Protest after Award (August 1996). FAR 52.233-4-- Applicable Law for Breach of Contract Claim (Oct 2004) HSAR 3052.242-72 - CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of Clause) HSAR 3052.245 - 70 -GOVERNMENT PRPOERTY REPORTS (JUNE 2006). Government Property Reports (DEC 2003) (a) The Contractor shall prepare an annual report of Government property in its possession and the possession of its subcontractors. (b) The report shall be submitted to the Contracting Officer not later than September 15 of each calendar year on Form DHS F 4220.43, Contractor Report of Government Property. (End of clause) Invoicing and Payment Information for Contractors All contractors must be registered in the Central Contractor Registration (CCR): https://www.bpn.gov/ccr/default.aspx. The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. Therefore, to facilitate payment, it is in the contractor's best interest to ensure that the DUNS number is recorded on every invoice submitted to the US Coast Guard. Request for Payment (a) A request for payment is proper if it includes the items required by the clause at FAR 52.232-25, Prompt Payment [(a)(3)(i) through (a)(3)(ix)] and those items are accurate. If a request for payment does not include all the items required by the clause at FAR 52.232-25, Prompt Payment, or any information is inaccurate, then the request is not proper and shall be returned to the contractor with a statement of the reason(s) it is not proper. ( b) Each invoice shall be e-mailed to the designated billing office at the following address: CG-9121-Invoices@uscg.mil The Invoice Number, Contract Number, and Task Order Number (If applicable), Contracting Officer and Contract Specialist shall be identified in the email Subject Line. (c) Each invoice shall also be e-mailed to Contract Specialist Shayani Mukherjee at the following email address: shayani.mukherjee@uscg.mil COTR: David C. Padgett at the following email address: david.c.padgett@uscg.mil The contractor shall submit SF 1034, Public Voucher for Purchases and Services Other Than Personal, and SF 1035, Public Voucher for Purchases and Services Other Than Personal (Continuation Sheet), or another form such as a company invoice to request payments under this contract. The forms or invoice must be completed as required by this clause. (d) The SF 1034 shall be completed in accordance with the following instructions 1. U.S. DEPARTMENT, BUREAU OR ESTABLISHMENT, AND LOCATION Name and address of the contracting office which issued the contract. 2. DATE VOUCHER PREPARED Date voucher submitted to the designated billing office cited in the contract 3. CONTRACT NO. AND DATE Contract No. and, when applicable, the Order No. and date as shown on the award document. 4. REQUISITION NO. AND DATE Leave blank or fill-in in accordance with the instructions in the contract. 5. VOUCHER NO. Start with "1" and number consecutively. A separate series of consecutive numbers must be used beginning with "1" for each contract number or order number (when applicable). Note: Insert the word "FINAL" if this is the last voucher. 6. SCHEDULE NO.; PAID BY;DATE INVOICE RECEIVED DISCOUNT TERMS; PAYEE'S ACCOUNT NO.; SHIPPED FROM TO WEIGHT; GOVERNMENT B/L Leave all these blocks blank 7. PAYEE'S NAME AND ADDRESS Name and address of contractor as it appears on the contract. If the contract is assigned to a bank, also show "CONTRACT ASSIGNED" below the name and address of the contractor 8. NUMBER AND DATE OF ORDER Leave blank. (See #3 above.) 9. DATE OF DELIVERY OR SERVICE The period for which the incurred costs are being claimed (e.g., month and year; beginning and ending date of services, etc.). 10. ARTICLES OR SERVICES Insert the following: "For detail, see the total amount of the claim transferred from the attached SF 1035, page X of X." One space below this line, insert the following: "COST REIMBURSABLE-PROVISIONAL PAYMENT." 11. QUANTITY; UNIT PRICE (COST; PER) Leave blank 12. AMOUNT Insert the total amount claimed from the last page of the SF 1035. 13. Payee must NOT use the space below. Do NOT write or type below this line. (f) The SF 1035 (Continuation Sheet) shall be completed in accordance with the instructions below. Use the same basic instructions for the SF 1035 as used for the SF 1034. Ensure that the contract and, if applicable, order number, are shown on each continuation sheet. Use as many sheets as necessary to show the information required by the contract, contracting officer, or cognizant audit agency; however, if more than one sheet of SF 1035 is used, each sheet shall be in numerical sequence. (g) The following items are generally entered below the line with Number and Date of Order; Date of Delivery or Service; Articles or Services; Quantity; Unit Price; and Amount (but do not necessarily tie to these captions). (1) Show, as applicable, the target or estimated costs, target or fixed-fee, and total contract value, as adjusted by any modifications to the contract or order. The FAR permits the contracting officer to withhold a percentage of fixed fee until a reserve is set aside in an amount that is considered necessary to protect the Government's interest. (2) Show the following items and supporting data as applicable to the contract or order: (a) Time-and-Materials, Labor-Hour. 1. Labor. List each contract line item number and Corresponding labor category description and hourly rate, labor hours performed, and extended total labor dollars (hourly rate multiplied by labor hours performed) 2. Materials and Subcontracts (a) List each direct material item, quantity purchased, item cost, and extended total cost (quantity purchased multiplied by item cost). Cite any material handling costs allocated to direct materials. (b) List each authorized subcontract by subcontractor name. List each item or service, quantity purchased, item or service cost, and extended total cost (quantity purchased multiplied by item or service cost). 3. Travel. List the name and title of traveler, place of travel, and travel dates. If the travel claim is based on the actual costs expended, show the amount for the mode of travel (i.e., airline, private auto, taxi, etc.), lodging, meals, and other incidental expenses separately, on a daily basis. These actual costs must be supported with receipts to substantiate the costs paid. Cite any applicable indirect costs allocated to travel. 4. Total of 1. through 3. Enter this amount on the SF 1034. 5. Cumulative value of all previous requests for payment paid to date. (b) Cost Reimbursement. 1. Direct Labor. List each labor category, rate per labor hour, hours worked, and extended total labor dollars per labor category. 2. Premium Pay/Overtime. List each labor category, rate per labor hour, hours worked, and the extended total labor dollars per labor category. Note: Advance written authorization must be received from the contracting officer to work overtime or to pay premium rates; therefore, identify the contracting officer's written authorization to the contractor. 3. Fringe Benefits. If fringe benefits are included in the overhead pool, no entry is required. If the contract allows for a separate fringe benefit pool, cite the formula (rate and base) in effect during the time the costs were incurred. If the contract allows for billing fringe benefits as a direct expense, show the actual fringe benefit costs. 4. Materials, Supplies, Equipment. Show those items normally treated as direct costs. Expendable items need not be itemized and may be grouped into major classifications such as office supplies. However, items valued at $5,000 or more must be itemized. See (FAR) 48 CFR Part 45, Government Property, for reporting of property. 5. Travel. List the name and title of traveler, place of travel, and travel dates. If the travel claim is based on the actual costs expended, show the amount for the mode of travel (i.e., airline, private auto, taxi, etc.), lodging, meals, and other incidental expenses separately, on a daily basis. These actual costs must be supported with receipts to substantiate the costs paid. Travel costs for consultants must be shown separately and also supported. 6. Other Direct Costs. Itemize those costs that cannot be placed in categories 1. through 5. above. Categorize these costs to the extent possible. 7. Total Direct Costs. Cite the sum of categories 1. through 6. above. 8. Overhead. Cite the rate, base, and extended amount. 9. G&A Expense. Cite the rate, base, and extended amount 10. Total Costs. Cite the sum of categories 7 through 9 above. 11. Fee. Cite the rate, base, and extended amount. 12. Total Cost and Fee Claimed. Enter this amount on the SF 1034. 13. Cumulative value of all previous requests for payment paid to date. (h) Completion Voucher. The completion (final) voucher also referred to as the final invoice, is the last voucher to be submitted for incurred, allocable, and allowable costs expended to perform the contract or order. This voucher should include all contract reserves, allowable cost withholdings, balance of fixed fee, etc. However, the amount of the completion voucher when added to the total amount previously paid cannot exceed the total amount of the contract. (i) The following additional data must be submitted with the final request for payment, if applicable: (1) DHS Form 700-3, Contractor's Release. (2) DHS Form 700-2, Contractor's Assignment of Refunds, Rebates, Credits, and Other Amounts. (3) DHS Form700-1, Cumulative Claim and Reconciliation Statement. (4) DD Form 882, Report of Inventions and Subcontracts. (j) Contractor shall write the phrase "FINAL INVOICE" on the final invoice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-QWD757/listing.html)
 
Record
SN02665598-W 20120203/120201234749-3383bedd7943d825d0d04b076724bf58 (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.