Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

34 -- Purchase/ Installation 2-Axis CNC Lathe

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8571-12-R-0004
 
Point of Contact
Sebrina L. Ingram-Hayes, Phone: 4783276163
 
E-Mail Address
sebrina.ingram@robins.af.mil
(sebrina.ingram@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION FA8571-12-R-0004 is issued as a request for proposal (RFP) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP) No. FA8571-12-R-0004. This solicitation will be solicited under Small Business Set-Aside. This will be a firm-fixed price award. The applicable NAICS code for this requirement is: 333512 for the following item: ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT-PRICE AM0UNT 0001 1 EA _______ ______ Purchase/ Installation 2-Axis CNC Lathe FFP Purchase and installation of 2-Axis CNC Lathe attached SOW and Appendix C. FOB: Destination PURCHASE REQUEST NUMBER: F3QCCM2216A001 IAW NET AMT ______ INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 09-NOV-2012 1 SEE SCHEDULE - F3QCCM SEE SCHEDULE ROBINS AFB GA 31098 478-926-3545 FOB: Destination F3QCCM CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items APR 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-14 Limitations On Subcontracting NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place of Manufacture SEP 2006 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.252-6 Authorized Deviations In Clauses APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.223-7008 Prohibition of Hexavalent Chromium MAY 2011 252.225-7002 Qualifying Country Sources As Subcontractors JUN 2012 252.225-7012 Preference For Certain Domestic Commodities JUN 2012 252.225-7013 Duty-Free Entry JUN 2012 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT A534 ELECTRONIC RESPONSES ARE AUTHORIZED In accordance with FAR 13.003(f); 14.202-8 or 15.203(c), electronic commerce method to receive proposals, modifications, and revisions is permitted and preferred. Contracting Officer's email address for submissions is sebrina.ingram-hayes@robins.af.mil MINIMUM INSURANCE REQUIREMENTS Reference clause 52.228-5 - In accordance with Para. ("A") therein, the minimum amounts of insurance required are as follows: Employers Liability: $100,000 General Liability: Bodily injury liability coverage written on the comprehensive form of the policy: $500,000 per occurance. Automotive liability: Automobile liability insurance written on the comprehensive form of the policy - The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies of at least $200,000 er person and $500,000 per occurance for bodily injury and $20,000 per occurance for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in CCR may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM 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 SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(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 Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM 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. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM 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. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) CLAUSES INCORPORATED BY FULL TEXT 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have ( ) 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 public (Federal, State, or local) 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 (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.; and (D) Have [ballot], have not [ballot], 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. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) 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. (ii) 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. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 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. (ii) 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. Sec. 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. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 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. (iv) 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). (ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2012) ALTERNATE I (APR 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (a) Definitions. As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "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, as used in this section, 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). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "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. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). 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. Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. 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 its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. "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 the stock of which is owned by one or more women; and 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 electronically on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.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 (n) 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 ( ) is, ( ) 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 ( ) is, ( ) 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 ( ) is, ( ) 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 ( ) is, ( ) 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 ( ) is, ( ) is not a women-owned small business concern. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It * is, * is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ----------.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-- (i) It [ballot] is, [ballot] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ----------.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) 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 ( ) is, a women-owned business concern. (9) 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: _____________________________________________ (10) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (11) (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 ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search Database maintained by the Small Business Administration, 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 ( ) has, ( )( 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) 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)(9)(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: ____________.) (12) Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) (The offeror shall check the category in which its ownership falls): ____Black American. ____Hispanic American. ____Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, 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). ____Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____Individual/concern, other than one of the preceding. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) 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 Subparts 60-1 and 60-2), or (ii) It ( ) 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 $100,000.) 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--Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act--Balance of Payments Program--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.) 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) or 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 (Jan 2004). 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 (Jan 2004). 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) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 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 Free Trade Agreement country end products (other than Bahrainian, Korean, 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, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (5) 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)(5)(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) ( ) Are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and (2) ( ) Have, ( ) 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; and (3) ( ) Are, ( ) 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) [ballot] Have, [ballot] 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. Sec. 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. Sec. 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. Sec. 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 Product 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 this 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 is 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) ( )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) ( ) 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 ( ) does ( ) 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 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 ( ) does ( ) 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). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) 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; ( ) Offeror is an agency or instrumentality of a foreign government; ( ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( ) Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt); ( ) Government entity (Federal, State, or local); ( ) Foreign government; ( ) International organization per 26 CFR 1.6049-4; ( ) Other ----------. (5) Common parent. ( ) Offeror is not owned or controlled by a common parent; ( ) 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. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (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. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (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)). No 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 (JUL 2012). (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. (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (AUG 2012) Alternate I (Deviation) (FEB 2000) (a) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (1) 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)). (2) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (3) Reserved. (4) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (5) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (6) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (7) Reserved (8) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (9) 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)). (10) 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.). (11) 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.) (12) 52.222-54, Employment Eligibility Verification (Jul 2012). (13) 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. (14) 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. (b) 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. (End of Clause) 52.215-6 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, ( ) intends, ( ) does not intend (check applicable block) 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: Place of Performance(Street Address, City, State, County, Zip Code) Name and Address of Owner and Operator of the Plant or Facility if Other Than Offeror or Respondent (End of provision) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) - ALTERNATE I (APR 2011) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 333512 (insert NAICS code). (2) The small business size standard is 500 (insert size standard). (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 ( ) is, ( ) is not a small business concern. (2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) (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 ( ) is, ( ) is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that-- (i) It ( ) is, ( ) is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ----------.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It ( ) is, ( ) is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ----------.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) (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 ( ) is, ( ) is not a veteran-owned small business concern. (7) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (8) [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-- (i) It ( ) is, ( ) 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 ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(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. (9) (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: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, 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). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. (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 owned by one or more women; or (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 set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents 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, or 15 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. (End of provision) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) (a) Definition. 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. (b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, identified by their country of origin. There is a reasonable basis to believe that listed endproducts from the listed countries of origin may have been mined, produced, or manufactured by forced or indentured child labor. Listed End Product ---------------------------------------------------------------------- ---------------------------------------------------------------------- Listed Countries of Origin ---------------------------------------------------------------------- ---------------------------------------------------------------------- (c) Certification. The Government will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision. ( ) (1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product. ( ) (2) The offeror may supply an end product listed in paragraph (b) 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 such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (End of provision) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that (a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (a) "Hazardous material", as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material Identification No. (If none, insert "None") ___________________ ___________________ ___________________ ___________________ ___________________ ___________________ (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to-- (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of clause) 52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001) (a) Definition. 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). (End of clause) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification. (NOV 2011) (a) Definitions. As used in this provision-- Person-- (1) Means-- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror-- (1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (2) 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. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies. (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirement of paragraph (c)(2) of this provision do not apply if-- (1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of provision) 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. 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 sebrina.ingram-hayes@robins.af.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) United States law will apply to resolve any claim of breach of this contract. (End of clause) 52.242-15 STOP-WORK ORDER (AUG 1989) (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. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm http://farsite.hill.af.mil/vfdfar1.htm http://farsite.hill.af.mil/vfaffar1.htm http://farsite.hill.af.mil/VFafmc1.htm (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm http://farsite.hill.af.mil/vfdfar1.htm http://farsite.hill.af.mil/vfaffar1.htm http://farsite.hill.af.mil/VFafmc1.htm (End of clause) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall-- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) (a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR parts 120-130). The term includes: (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR part 120. (2) Items, defined in the EAR as ``commodities, software, and technology,'' terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. ---------------------------------------------------------------------------------------------------------------- Alternative line-item structure offer where monitors are shipped separately: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... ---------------------------------------------------------------------------------------------------------------- (End of provision) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.223-7001 HAZARD WARNING LABELS (DEC 1991) (a) "Hazardous material," as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract. (b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labeling requirements of one of the following statutes: (1) Federal Insecticide, Fungicide and Rodenticide Act; (2) Federal Food, Drug and Cosmetics Act; (3) Consumer Product Safety Act; (4) Federal Hazardous Substances Act; or (5) Federal Alcohol Administration Act. (c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labeled in accordance with one of the Acts in paragraphs (b)(1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard. MATERIAL (If None, Insert "None.") ACT __________________________________ _____________________________ __________________________________ _____________________________ (d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract. (e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract). (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but not supportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and ``Receiving Report'' (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F3QCCM (Contracting Officer: Insert inspection and acceptance locations or ``Not applicable.'') (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC F03000 Issue By DoDAAC FA8501 Admin DoDAAC FA8571 Inspect By DoDAAC N/A Ship To Code F3QCCM Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) ------------------------------------------------------------------------ (*Contracting Officer: Insert applicable DoDAAC information or ``See schedule'' if multiple ship to/acceptance locations apply, or ``Not applicable.'') (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. sherry.coleman@robins.af.mil (Contracting Officer: Insert applicable email addresses or ``Not applicable.'') (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. sherry.coleman@robins.af.mil (Contracting Officer: Insert applicable information or ``Not applicable.'') (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Ms. Kim McDonald (Kim.McDonald@robins.af.mil), WR-ALC/PKC, Bldg 300 West Wing, Robins AFB GA 31098-1611, phone number (478) 472-1088, facsimile number (478) 926-7984. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. ROBINS-AB THIS CONTRACT WILL BE PAID BY DFAS-DAYTON. INVOICE(S) SHOULD BE SUBMITTED ELECTRONICALLY IAW DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, AND WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) INSTRUCTIONS SHOWN BELOW. FOR PROBLEMS OR QUESTIONS REGARDING PAYMENT, CONTACT DFAS-DAYTON AT 800-756-4571, OPTION 2, THEN OPTION 3. YOU CAN CHECK PAYMENT STATUS OF YOUR INVOICE ON THE DFAS WEB SITE AT HTTPS://MYINVOICE.CSD.DISA.MIL/INDEX.HTML. ROBINS-ZV SHIP TO SBSS Operations Bldg 351 SE Corner 775 Peacekeeper Way Robins AFB GA 31098 Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Statement of work 4 16-MAR-2012 Attachment 2 Appendix C 36 11-JUL-2012 STATEMENT OF WORK 2 AXIS CNC LATHE 16 MARCH 2012 1.0 GENERAL REQUIREMENTS 1.1 Contractor shall install the following new equipment: 1.1.1 One cnc two (2) axis lathe with turret and tailstock with live center 1.1.2 One right discharge hinge type chip conveyor with interface 1.1.3 One coolant system 1.1.4 One 10" hollow chuck unit 1.1.5 One parts catcher 1.1.6 One bar puller 1.1.7 One oil skimmer 1.1.8 One Coolant Gun 1.1.9 One transformer (step down 460V to 220V) 1.2 Capacity: 1.2.1 Swing over bed must be >= 24 inches 1.2.2 Maximum turning diameter must be >= 14.5 inches 1.2.3 Maximum turning length must be >= 20 inches 1.2.4 Through spindle bar work capacity must be >= 3.1 inches 1.3 Travel: 1.3.1 X-axis travel must be >= 8 inches 1.3.2 Z-axis travel must be >= 22 inches 1.4 Spindle: 1.4.1 Maximum spindle speed must be >=3000 rpm but <= 4500 rpm 1.4.2 Chuck must be 10 inch hollow chuck 1.5 Turret: 1.5.1 Number of tools on turret must be >= 12 tools 1.6 Tailstock: 1.6.1 Tailstock must have live center 1.6.2 Tailstock travel must be >= 14.5 inches 1.6.3 Tailstock spindle travel must be >= 4.5 inches 1.7 Feedrate: 1.7.1 X-axis rapid traverse rate must be >= 900 inches per minute 1.7.2 Z-axis rapid traverse rate must be >= 900 inches per minute 1.7.3 X-axis jog feedate must be minimally 0-190 inches per minute 1.7.4 Z-axis jog feedrate must be minimally 0-190 inches per minute 1.8 Motors: 1.8.1 Spindle drive motor must be >= 26 horsepower continuous 1.9 Tank capacity: 1.9.1 Coolant tank capacity must be >= 55 gallons 1.9.2 Lubricant tank capacity must be >= 0.5 gallons 1.9.3 Hydraulic oil tank capacity must be >= 2.5 gallons 1.10 Dimensions: 1.10.1 Floor space without chip conveyor must be <= 87 x 73 inches 1.10.2 Floor space with chip conveyor must be <= 129 x 73 inches 1.11 Safety Features 1.11.1 Machine must be fully enclosed 1.11.2 Machine must be equipped with a door interlock system 1.11.3 Machine muse be equipped with an impact resistant viewing window 1.12 Data Input/Output 1.12.1 Machine must be equipped with an RS-232C 1.12.2 Machine must be equipped with a memory card input/output 1.12.3 Machine must be equipped with >= 1GB of user memory 1.13 Controller 1.13.1 Machine must be equipped with a Fanuc controller 1.13.2 Program number must be >= 4 digit O code 1.13.3 Sequence number must be >= 5 digit N code 1.13.4 Miscellaneous function must be >= 4 digit M code 1.13.5 Spindle speed functions must be >= 5 digit S code 1.13.6 Tool functions must be >= 4 digit T code 1.13.7 Number of tool offsets must be >= 64 1.14 Operation Panel 1.14.1 Operation Panel must be equipped with >= 10 inch TFT Color LCD 2.0 INSTALLATION & SHIPPING 2.1 Contractor must be a factory trained field service technician for the manufacturer. 2.2 Contractor shall furnish all labor and materials necessary to perform the installation of the 2 axis cnc lathe. 2.3 Contractor shall coordinate the installation dates with the government POC, Scott Mayfield. 2.4 Contractor will correct any defective items relating to the installation at no additional cost to the government prior to acceptance. 2.5 Contractor shall meet Government POC, Scott Mayfield, to ensure minimum disruption of normal operations during installation. Contractor shall have examined the installation site to determine the conditions under which the work is to be performed. 2.6 Contractor shall provide all equipment and manpower required for complete installation. 2.7 Working hours are 0700 - 1545 EST, Monday through Friday with the exception of federal government holidays and work curtailment days. Other hours of work may be arranged with the approval of the government POC at no additional cost to the government. 2.6 TRAINING. The contractor shall provide three (3) days Government operators and one (1) day maintenance personnel training to familiarize with all aspects of the equipment's maintenance and operation. All printed training aids shall be supplied at no additional cost to the government and become the property of the U.S. Government. Documentation shall be in the following format: MSWord files, and PDF. Three (3) copies of each manual: operating procedures, maintenance manuals including manuals on all supplied devices shall be provided. (CDRL A001, Commercial Off-The-Shelf (COTS) Manuals and Associated Supplemental Data, Technical Manuals, DI-TMSS-80527B) 3.0 UTILITIES 3.6 Utilities: 3.6.1 The government shall provide all necessary utilities within 20 feet of the work equipment location. 3.7 Safety Requirements: 3.7.1 The contractor shall comply with safety provisions, i.e., technical specifications, technical publications, Federal Occupational Safety and Health Administration (OSHA) standards, and other nationally or locally recognized sources of safety, health, and fire prevention standards and practices. The contractor will be responsible for the safety and accountability of all their personnel and the Government facilities/property and are subject to enforcement authority by federal and state safety and health officials. The AF is not responsible for ensuring that contractors comply with "personal" safety requirements that do not present the potential to damage Government resources (e.g., hearing protection, safety shoes, AF IMT 55, etc.). The contractor shall provide all personal protective equipment (i.e., hearing protection, gloves, steel-toed shoes, safety glasses, etc.). 3.7.2 Safety Mishaps/Incidents. The contractor shall notify the 402 MXW Safety Office telephonically at (478)-926-1708 during duty hours and (478)-926-3567 after hours, within four (4) hour after initial notification of any mishaps or incidents for damage to DoD property entrusted by this contract and employee injuries as a result of the contract operation. 3.8 Base Access. The contractor will be escorted by Government personnel at all times during all service calls. 3.9 Recycling. The contractor generating waste recyclable materials shall comply with the Base Quality Recycling Program (QRP) and shall be responsible for the following: 3.9.1 Segregating all recyclable items and place them in the appropriate recycling containers located around the Base. 3.9.2 Ensuring food waste is not discarded with recyclable materials as this contaminates the recyclable items. The contractor shall immediately and properly dispose of any refuse or trash generated in the performance of this SOW such as rags, brushes, paper trash, drink cans, etc. 4.0 ACCEPTANCE OF INSTALLATION. The inspection/acceptance of the installation shall be by government POC and acceptance shall be upon satisfactory demonstration of the installation to government POC. Demonstration and acceptance does not relieve the contractor from providing any other portion of this statement of work. APPENDIX C INDUSTRIAL SAFETY AND HEALTH REQUIREMENTS For Purchase Request for Machine Shop Lathe and Installation 11 July 2012 PR: F3QCCM2216A001 PART I INSTRUCTIONS The contractor Safety and Health Plan shall address in detail the items listed in Part II through Part IV as applicable. Repeating the referenced standard without addressing the company's specific processes or procedures will not suffice. If task specific procedures are incorporated into a company local document, those procedures must be attached to the submitted Safety and Health Plan. Referencing the company's local procedure/document in the Safety and Health Plan is not adequate. If the company's local procedure/document is not attached; the submitted Safety Plan will be returned NOT ACCEPTED. PART II 1. ENVIRONMENTAL, SAFETY, AND OCCUPATIONAL HEALTH (ESOH): The contractor is solely responsible for compliance with all federal, state and local laws, the Occupational, Safety and Health Act (OSHA) (Public Law 91-596) and the resulting standards, OSHA Standards 29 CFR 1910 and 1926, as applicable, and the protection of their employees. Additionally, the contractor is responsible for the safety and health of all subcontractor employees. 2. VOLUNTARY PROTECTION PROGRAMS (VPP): The Air Force is part of the OSHA VPP. All contractors are required to familiarize themselves with the requirements of VPP. Information on VPP can be accessed at http://www.osha.gov. The intent of the Air Force Safety Program is to prevent injuries and to communicate our safety expectations with potential offerors as well as those contractors awarded a government contract. The Air Force's interest is to protect personnel working in or around contractor operations, and to protect Air Force equipment/property. 3. CONTRACTOR EMPLOYEES: Compliance with OSHA and other applicable laws and regulations for the protection of contractor employees is exclusively the obligation of the contractor. Note: The Air Force Consolidated Occupational Safety Instruction is annotated because many of the Air Force Safety Instruction exceeds the OSHA standard criteria. If a conflict is noted, the most stringent requirement takes precedence. The government shall assume no liability or responsibility for the contractor's compliance or non-compliance with such requirements. The contractor shall furnish to each of his/her employees a place of employment, `which is free from recognized hazards. The contractor shall brief his/her employees on the safety requirements of this contract and on hazards associated with prescribed tasks. The contractor is responsible for compliance with OSHA Public Law and the resultant standards identified within. In addition, the contractor is required to flow down the safety requirements/specification to all subcontractors. This applies to Federal Acquisition Regulation (FAR) 12 commercial acquisitions as well. This contract shall in no way require persons to work in surroundings or under working conditions which are unsafe or dangerous to their health. The contractor must coordinate and perform work so as not to impact the safety of government employees or cause damage to government property. This requires providing personnel with protective equipment and associated safety equipment as may be necessary. The contractor must also protect personnel from hazards generated by the work. If the contractor employs BILINGUAL speaking employees, they must post bilingual signs and have written procedures for specific tasks in applicable languages. 4. INSPECTIONS: Air Force Environmental, Safety, Occupational Health and Fire protection officials or responsible Quality Assurance Evaluator (QAE) may periodically enter a contractor's workplace to verify working conditions of Air Force personnel. If an Air Force employee observes improper procedures or unsafe conditions exits which place Air Force personnel or equipment/facilities in jeopardy, the contractor will remove personnel and/or equipment from the unsafe condition and immediately notify the Contracting Officer and the Installation Safety Office. Department of Labor, OSHA inspectors are authorized right of entry to inspect any place of employment operated by an Air Force contractor. They are for the most part, "NO NOTICE" inspections. NOTE: Notify the Safety Office at (478)-926-1708 if an OSHA inspector visits your site unescorted by an Air Force Safety Technician. Noncompliance with safety requirements can result in work stoppage, inexcusable delays, and/or costly fines issued by the DOL. The government shall assume no liability or responsibility for the contractor's compliance or non-compliance with such requirements. Fines and additional costs for violations levied against the contractor as a result of OSHA findings, and/or installation safety, fire, health or environmental are the sole responsibility of the contractor and shall not be passed through to the Government. 5. MISHAP NOTIFICATION: The contractor shall notify the Safety Office telephonically at (478)-926-1708 during duty hours and (478)-926-3567 after hours, within four (4) hour after initial notification of all mishaps or incidents for damage to DoD property (material plus labor) entrusted by this contract and employee injuries as a result of the contract operation. A follow-up (written or e-mail) of this mishap/incident notification shall be sent within three calendar days to the Government Representative, the Procurement Contracting Officer (PCO) or the Administrative Contracting Officer (ACO) (with a copy to program manager), who will forward it to the Safety Office. The information that is not available at the time of the initial notification shall be provided within 20 calendar days after the mishap. Mishap notification shall contain, as a minimum, the following information: a. Contract, Contract Number, Name and Title of Person(s) Reporting b. Date, Time and exact location of accident/incident c. Brief Narrative of accident/incident (Events leading to accident/incident) d. Cause of accident/incident, if known e. Estimated cost of accident/incident (material and labor to repair/replace) f. Impound Authority Name and Phone Number (as applicable) g. Nomenclature of equipment and personnel involved in accident/incident h. Corrective actions (taken or proposed) i. Other pertinent information Note: If requested by Government Personnel (PCO/ACO), the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records, until released by the investigating safety office. If the government investigates the mishap, the contractor and the subcontractors shall cooperate fully and assist the government personnel until theinvestigation is finalized and closed out. *A CLASS A mishap is: A fatality or property damage in excess of 2 million dollars *A CLASS B mishap is: An injury resulting in permanent or partial disability or property damage in excess of 500,000 dollars *A CLASS C mishap is: An injury or occupational illness resulting in lost workdays or property damage in excess of 50,000 dollars up to 499,999 dollars. *A CLASS D mishap is: An injury or occupational illness resulting in restricted days, transfer days, or property damage resulting in 49,999 dollars or less. * These numbers are subject to change. 6. IMPOUNDMENT PROCEDURES: The contractor shall establish written impoundment procedures, as part of their Safety and Health Plan. Impound data must be included in the Mishap Notification Procedures as applicable. As a minimum, the procedures must address: a. Appointment of Impound Authority in writing (copy faxed to QAP and Safety Office) b. Impound Authority e-mail address and phone numbers c. Specific instructions (cordon, facility locked facility, etc.) to secure the site or government asset, to prevent tampering with the aircraft, site or government assets d. Specific instructions or measures to ensure only authorized personnel directly involved in management, SAFING, troubleshooting, or repair of aircraft or equipment gain access to the impound site e. Additional guidance is located within AFI 21-101, AFMC Supplement 1 and 402 MXWOI 91-204 7. CONTRACTOR SAFETY AND HEALTH PROGRAM: The contractor shall establish and maintain an acceptable safety and health program. a. Contractor Safety and Health Manager. As part of the Contractor Safety and Health Program, the contractor shall assign in their plan, by name and phone number, a person who will be the primary point of contact for safety and health issues for the on-site operation. b. Contractor's Safety and Health Plan. Contractor shall prepare a safety and health plan in accordance with PART I, PART II, and PART III; incorporating the listed elements above, and the flagged items below in PART II and PART III of this Appendix, prior to award. The contractor shall ensure that each element identified below is adequately addressed in detail in the safety and health plan. The plan must be accepted by the government prior to work commencing and will be incorporated into the awarded contract. Should a master safety and health plan remain on file with the Installation Safety Office; the contractor must ensure that it is current, updated, and includes all elements below. An addendum to the plan must include the processes noted below: (1) Changes to the Plan. If, during the performance of this contract, changes to the contractor's Safety and Health Plan are required, the contractor shall submit a revised Safety and Health Plan to the following Contracting Monitor: 402 MXSG/OB, (478) 926-8579. The accepted revised Safety and Health Plan shall then be incorporated by contract modification as an attachment or by reference. (2) Tracking Rates. The Contractor's Safety and Health Plan shall identify how their Total Case Incident Rate (TCIR) & Days Away, Restricted and/or Transferred (DART) rates, or comparable insurance rates or compensation injury rates will be tracked, and the corrective measures to be used if these rates begin to decline. The contractor must also describe the processes and procedures to be used to track their compliance with their Safety and Health Plan and how they will correct any deviations from the plan, when and if identified. PART III The following checked items are required elements for performance of this contract. The contractor's safety and health plan shall address how compliance with these requirements will be ensured. The safety plan shall clearly define company procedures on specific tasks/processes, personnel qualifications, how facilities comply with fire requirements to include the electrical wiring and fire protection systems installed (i.e., fire suppression, fire detection, fire extinguishers, firewall ratings, etc) required equipment used to accomplish tasks and other necessary requirements to fulfill the checked items for the protection of government personnel and property. The contractor's safety and health plan shall meet, but may exceed the referenced standards. The contractor must ensure AF Civil Engineering Support Agency (AFCESA) Engineering Technical Letters (ETL) are incorporated into their safety and health plan as applicable. Note regarding Motor Vehicles: Installation Commanders of all DOD installations in the United States and over which the United States has exclusive or concurrent legislative jurisdiction are delegated the authority to establish additional vehicular and pedestrian traffic rules and regulations for their installations. All persons on a military installation shall comply with locally established vehicular and pedestrian traffic rules and regulations. A person found guilty of violating, on a military installation, any State vehicular or pedestrian traffic law or local DoD 5525.4, paragraph 3 - 4: Pursuant to the authority established in Enclosure 1, installation vehicular or pedestrian traffic rule or regulation made applicable to the installation under the provisions of this directive is subject to a fine of not more than $50 or imprisonment for not more than 30 days, or both, for each violation (40 U.S.C., Section 318c (reference d). ****************************************************************************** a. X Yes applies to this contract Note: MANDATORY for on installation services. a. PEDESTRIAN CROSSWALKS: All contractor personnel are required to use the closest crosswalk, or traffic controlled intersection when crossing the road. Pedestrians must look both ways to ensure the coast is clear before stepping out into the crosswalk. Pedestrians DO NOT have the right of way unless they are already in the crosswalk. Contractor vehicle operators have the same responsibilities as pedestrians, to share the road and mutually observe and yield to pedestrians. ****************************************************************************** b. X Yes _ _ applies to this contract b. MOTOR VEHICLES: Contractor shall comply with the standards in: DoD Directive 5525.4, Enforcement of State Traffic Laws on DoD Installations", Nov 2, 1981, para 3-4; DODI 6055.4, DoD Traffic Safety Program, 20 Jul 99; AFI 91-207, USAF Traffic Safety Program, 22 May 07; and AFI 91-207 AFMC Supp 1, The US Air Force Traffic Safety Program, 1 Oct 07. Each applies to all persons at any time on an Air Force Installation and includes all leased, owned, or privatized property including housing areas. In addition: AFI 13-213, Airfield Management, 29 Jan 08, paras 1.3.6 and 4.4.2.1 and RAFBI 13-206, para 3.5 and Chap 7, Airfield Operations and Flightline Driving) guidance applies to all contractors, sub-contractors, vendors, commercial delivery companies, and all other private business vehicles who operate anywhere on Robins Air Force Base, including the airfield (to include the industrial areas and any buildings or hangars located upon the airfield) in support of their mission. ****************************************************************************** c. Yes, does apply to contractor. c. FOREIGN OBJECT DAMAGE (FOD) Awareness, Prevention and Responsibilities: Contractor shall comply with the standards in: AFI 21-101 AFMC Supp 1, Aircraft and Equipment Maintenance Management, 14 Dec 07, paragraphs 14.19 - 14.19.10.1.13; National Aerospace Standard (NAS) 412, Foreign Object Damage/Foreign Object Debris (FOD) Prevention Program, Oct 97; AFI 91-203, Aircraft Flight line Vehicle - Ground Ops and activities, 15 Jun 12, Chap 24; and RAFBI 13-206, Control and Operation of Vehicles on Flightline and Industrial Area/s, para 3.5 and Chap 7, for Robins AFB. The FOD program must be integrated into the day-to-day operations to reduce/eliminate FOD incidents. Programs will include covering waste dumpsters, waste hauling trucks, barriers in place to stop migrating FOD from dirt and gravel piles, and end of shift or daily clean-up. The contractor will brief their personnel at least weekly on any FOD requirements. All contractors, subcontractors performing maintenance in a FOD-potential area will receive and have documented initial FOD Awareness and Prevention training. For AFMC organizations, Course number MHPMAS00001300 may be used to satisfy this requirement. Subject training will be given during Flight Line Drivers Training by the host Base Operations Flight, 78 OSS/OSA. All vehicle operators are responsible for performing a Foreign Object (FO) inspection on their vehicles including all towed equipment, vehicle tires and open cargo areas of vehicles prior to entering the marked runway, taxiway, flight line, and aircraft parking ramps and other areas as directed by the Installation FOD Awareness and Prevention Officer. All "open-air" delivery vehicles must be free of loose items/debris that could potentially fall from the vehicle and cause a FOD hazard. The cargo beds of pickups truck must be clean or covered prior to entering the airfield. Vehicles will be subject to inspection and denied entry if found unacceptable. Contractors and site/operations evaluators will ensure tools; equipment, rags, residue and hardware are properly stored and accounted for. "Clean as you go" methods are required. ****************************************************************************** d. X, Yes applies to this contract d. PROTECTIVE BARRIERS/WARNING SIGNS: Contractor shall comply with the standards in: 29 CFR 1926, Subpart G, Sections 200, 201 and 202 and EM 385-1-1, US Army Corps of Engineers Manual, Safety and Health Requirements, 3 Nov 03, Sections 4, 8 and 24. Barricades must be provided by the contractor in an area for excavation, open manholes, overhead work, or the protection of personnel from hazardous operations, moving equipment or cranes. Barricades are required to cover holes in the ground properly (e.g.: rigid/protective - 200 pound load capacity for fall protection, Red & White rope for warning barricades. The contractor must barricade the area for overhead work to protect personnel from hazardous operations. For crane operations, the barricaded area must encompass one and one half times the longest extended length of the erected boom. Barricades must be erected before the work begins. If the barricades are in a roadway or walkway, blinking lights must be used after dark. When the work is complete, the barricades must be removed from the job site. Kerosene lamps and open flame pots shall not be used for or with warning signs or devices. SIGNAGE: Mandatory for contractors working on an AF installation. A sign will be prominently posted on the contractor's site at the entry/access point and shall contain the following information: - Company Name, Contract Number, Site Superintendent & Phone Number, Site Safety Rep & Phone Number, QAP/ QAE Monitors & Phone Number. ****************************************************************************** e. X, Yes, does apply to this contract e. WALKING - WORKING SURFACES: Contractor shall comply with the standards in 29 CFR 1910 Subpart D and NFPA 101, Life Safety Code. All interior walking and working surfaces which are part of the means of egress shall remain clear at all times and comply with the requirements of NFPA 101, Life Safety Code. Floors shall be kept in good condition and free of defects that can endanger workers or interfere with the handling of materials. Housekeeping - methods and controls are in place to minimize tripping hazards, the accumulation of flammable/combustible materials, etc. Portable metal ladders - methods and controls are in place to ensure inspection and safe use. Open-sided floors/platforms/runways must be protected and not left uncovered to prevent injury. ****************************************************************************** f. X, Yes, does not apply to this contract f. EXCAVATIONS: Contractor shall comply with the standards in 29 CFR 1926.651 and Subpart P, Appendix B & C and EM 385-1-1, US Army Corps of Engineers Manual, Safety and Health Requirements, 3 Nov 03 Section 25.In all excavations where employees are exposed to danger from moving ground, protection shall be provided by means of a shoring system, sloping of the ground or some other equivalent means. All trenches over five feet deep in either hard and compact or soft and unstable soil shall be sloped, shored, sheeted/braced or otherwise supported. Trenches less than five feet in depth shall also be effectively protected when hazardous ground movement may be expected. ****************************************************************************** g. X, No, does not apply to this contract g. SCAFFOLDING: Contractor shall comply with the standards in: 29 CFR 1910 Subpart D and 29 CFR 1926 Subpart L. Scaffolds are used for persons engaged in work that cannot be done safely from the ground or from solid construction. A competent and qualified person must be on site to make decisions on scaffolding operations. Contractor's Safety Plan shall also address: - Safety requirements for construction (as applicable), operation, maintenance, railings, toeboards, inspections, fall protection, and use - Rails - Bracing - Toeboards - Fall Protection ****************************************************************************** h. X, No, does not apply to this contract. h. POWERED PLATFORMS, MANLIFTS AND VEHICLE-MOUNTED WORK PLATFORMS: Contractor shall comply with the standards in 29 CFR 1910 Subpart F. Manlifts are used for the purpose of allowing workers to perform duties at elevated levels. A competent and qualified person must be onsite to make decisions on manlift operations. Note: Fall restraint is the preferred method for fall protection. Contractor's Safety Plan shall also address: - Personal Fall Arrest Systems (PFAS) {body harness, lanyard, lifeline, etc., inspections} - Manlift - maintenance, inspection, and operation ****************************************************************************** i. X, No, does not apply to this contract. i. AERIAL LIFTS EQUIPMENT: Contractor shall comply with the standards in 29 CFR 1910.66 Subpart F, American National Standards Institute (ANSI) ANSI 92.2, ANSI 92.5, ANSI 92.6, and AFI 91-203, Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chap 16, Mobile Elevating Work Platforms, and Para 16.4. Aerial lifts have inherent risks associated with their use. The Air Force has established procedures to ensure only trained and qualified personnel are operating aerial lifts. In the past, the lifts were identified that did not meet regulatory safety requirements and foreign objects (FO) were found on the equipment. Based on this negative trend and a fatal mishap in years past, the following policies, procedures and processes will be adhered to when aerial lifts are used to support a contractor mission: (1) Aerial devices shall include the following types of vehicle mounted aerial devices used to elevate personnel to job sites above ground: - Extendible boom platforms - Aerial ladders - Articulating boom platforms - Vertical towers and a combination of any of the above (2) Aerial equipment may be made of metal, wood, fiberglass reinforced plastic, or other material; may be powered or manually operated, and are deemed to be aerial lifts whether or not they are capable of rotating about a substantially vertical axis. Note: SCISSOR LIFTS: OSHA Interpretation letters on file, place scissors lifts in the above described category regardless of powered or manual. ****************************************************************************** j. X, No, does not apply to this contract j. CONTRACTOR AERIAL LIFT DEVICES: Contractors shall comply with the standards in 29 CFR 1910.67, 29 CFR 1926.453, and ANSI 92.2, Standards for "Vehicle Mounted Elevating and Rotating Work Platforms. Contractors, subcontractors, vendors, commercial delivery companies, and all other private business vehicles will comply with the following requirements while operating any type of aerial lift as described above, while on a DOD installation. This includes contractor owned equipment, leased or rented equipment acquired to support the contractual activities. Unless otherwise provided in this section, aerial devices (aerial lifts) acquired on or after July 1, 1975, shall be designed and constructed in conformance with the applicable requirements of the American National Standards for "Vehicle Mounted Elevating and Rotating Work Platforms, ANSI A92.2 - 1969, including appendix which is incorporated by reference as specified in 29 CFR 1910.66. Aerial lifts acquired for use before July 1, 1975 which do not meet the requirements of ANSI A92.2 - 1969, may not be used after July 1, 1976, unless they shall have been modified so as to conform to the applicable design and construction requirements of ANSI A92.2 - 1969.Prior to bringing an aerial device on a DoD installation, the contractor will ensure: Aerial devices meet the above 29 CFR 1910.66 and 1910.67 requirements. Aerial devices meet certification and classification for the designated work area. Aerial devices are serviceable, and all safety devices, warning devices, and interlocks operate. Aerial devices (regardless of guardrail, mid-rail or toe board configuration) will have fall protection attach points installed. Aerial devices will contain the manufacturer's manual and operator's safety manual. The applicable ANSI Standard will satisfy the requirement for a safety manual. The contractor and operating employee will be trained and certified on the leased/rental device and provide visual certification upon request. Aerial lifts will not be used to deliver employees to higher levels unless so certified. ****************************************************************************** k. X_, No, does not apply to this contract k. PERSONAL PROTECTIVE EQUIPMENT FOR AERIAL LIFT DEVICES: To ensure compliance with 29 CFR 1910.66, Subpart F, Appendix C, 29CFR 1910.133, Personal Protective Equipment, 29CFR 1926.453, Aerial Lifts, 29CFR 1926.104, Safety belts, Lifelines & Lanyards, and 29CFR 1926.501, Duty to have Fall Protection; the contractor will ensure the following: Contractor employees will use fall restraint on all aerial lift devices unless so certified for fall arrest by the manufacturer. Fall restraint is the preferred standard for DOD installation operations with aerial devices. Fall restraint will consist of a harness (no body belts allowed) and a lanyard shortened to the minimum length to allow work but not allow the employee to leave the platform cage or stand on toe-boards or mid-rails. Energy absorbing lanyards are not authorized for fall restraint. Lanyards will have self-closing; self-locking keepers which remain closed and locked until unlocked and pressed open for connection or disconnection. Contractor employees operating, observing and spotting for aerial devices will wear approved hard hats. ****************************************************************************** l. X, Yes, does apply if lifts are used or scaffolding in this contract l. GENERAL FALL PROTECTION: Contractor shall comply with the standards in: 29 CFR 1910.66, Appendix C, Subpart F and 29 CFR 1926.500-502, Subpart M - If a person can fall 4 feet or more; fall protection must be provided to prevent injury. Contractor's Safety Plan shall also address: - Guardrail System (height and load rating) - Safety Net System (location, inspection, and testing) - Personal Fall Arrest System (PFAS)- life line, lanyard, component strength, and anchorage - Fall Protection Plan - Qualifications of persons ****************************************************************************** m. X, Yes, does not apply to this contract m. CRANES, DERRICKS, HOISTS, ELEVATORS, AND CONVEYORS: Contractor shall comply with the standards in: 29 CFR 1926 Subpart N - Cranes are used to move material, simplify materials handling and heavy or bulky supplies and equipment. Load capacities and operating speeds must be posted; special hazard warnings and instructions - visible to operator; hand signals - per ANSI standard for type of crane in use and inspections are performed by a competent person. Personnel must be trained/qualified/certified by a nationally recognized crane certification league to operate these items. ****************************************************************************** n. X, Yes, applies to this contract n. HAZARDOUS MATERIALS: Contractor shall comply with the standards in 29 CFR 1910.120, Subpart H - The handling and Storing of Hazardous Materials (chemicals, compressed air, acetylene, etc). When handling the hazardous material the following must be accomplished: Compressed gases - training, handling, storage, use, and PPE; flammable and combustible liquids - training, handling, storage use, and PPE. Contractor's Safety Plan shall also address: - Training, handling, storage, use and PPE - Explosives and blasting agents - Dipping and coating operations ****************************************************************************** o. X, Yes, applies to this contract o. COMPRESSED GAS AND COMPRESSED AIR EQUIPMENT: Contractor shall comply with the standards in 29 CFR 1910.169, Subpart M. Contractor's Safety Plan shall also address: - Employee Training - Inspections - Storage and Handling ****************************************************************************** p. X, Yes, applies to this contract p. MATERIALS HANDLING AND STORAGE: Contractor shall comply with the standards in 29 CFR 1926.250, 953, 957 and 29 CFR 1910.101, Subparts F, H & N; and 29 CFR 1910.178, Powered Industrial Truck. Contractor's Safety Plan shall also address: - Storage and handling of materials - Disposal of trash from elevations - Personnel lifting techniques--proper storage to prevent shifting, for stability, etc. - Rigging (requirements, inspection, components, and qualifications) - Equipment (use in handling materials) - Industrial trucks (training, inspection, maintenance, and safe use) ****************************************************************************** q. X, Yes, does apply to this contract q. HAZARDOUS WASTE OPERATIONS: Contractor shall comply with the standards in 29 CFR 1910.120 and 29 CFR 1926.65. Contractor's Safety Plan shall also address: - Emergency Response Plan - Personal Protective Equipment - Medical Surveillance - Health and Safety Plan (HASP- required elements have been incorporated) - Employee Training ****************************************************************************** r. X, Yes, does apply to this contract r. PERSONAL PROTECTIVE EQUIPMENT: Contractor shall comply with the standards in29CFR1910.132, 134, 136 Subpart I and 29 CFR 1926, 28, 95, 100, 101, 102, & 951. Personnel protective equipment is required to be worn when employees are exposed to a potential hazard, working overhead, falling objects, etc. Contractor's Safety Plan shall also address: - Eye and face protection - Head protection - Foot Protection - Electrical protective equipment - Hand protection - Safety harnesses, life lines, and lanyards. ****************************************************************************** s. X, No, does not apply to this contract s. RESPIRATORY PROTECTION PROGRAM ELEMENTS: Contractor shall comply with the standards in 29 CFR 1910.134 and 29 CFR 1926.134. Respirators are required to be worn if employees are exposed to inhalation hazard. Contractor's Safety Plan shall also address: - Training - Medical evaluation - Fit tests - Selection of respiratory equipment - Storage of respiratory equipment - Pre-use checks ****************************************************************************** t. __Yes X No, does not apply to this contract t. CONFINED SPACE PROGRAM ELEMENTS: Contractor shall comply with the standards in 29 CFR 1910.120, 146 and 29 CFR 1926.21and 353 and AFI 91-203, Air Force Consolidation Occupational Safety Instruction, 15 Jun 12, Chap 23, Confined Spaces. A confined space must meet the following three criteria: (1) Is large enough and so configured that an employee can bodily enter and perform assigned work; and (2) has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins, hoppers, vaults, and pits are spaces that may have limited means of entry.); and (3) is not designed for continuous employee occupancy. Examples: underground vaults, tanks, storage bins, manholes, pits, silos, process vessels, and pipelines. Contractor's Safety Plan shall address: - Hazards of confined space - Permit and Non-permit confined spaces - Responsibilities of management, entry supervisor, authorized entrant, and authorized attendants - Training requirements - Permit handling and approval - Emergency and rescue plans - Testing and monitoring requirements - Special hazards - Posting requirements (applicable to subcontractor operated facilities) ****************************************************************************** u. X, Yes, does apply to this contract u. WELDING, CUTTING AND BRAZING: Contractor shall comply with the standards in: 29 CFR 1910.251 thru 255 and 29 CFR1926.102(b), 153, 453(b), AFI 91-203, Air Force Consolidation Occupational Safety Instruction, 15 Jun 12, Chap 27, Welding, Cutting and Brazing,, NFPA 410 Aircraft Maintenance, 2004 Edition, and NFPA 51B, Fire Prevention During Welding, Cutting, and Other Hot Work, 2003 Edition Contractor's Safety Plan shall also address: - Welding Permit Required from Fire Department - Training/worker knowledge - Equipment inspections, service, and use - Fire protection and prevention - Protective equipment & welding shields - Health protection (PPE) - Ventilation - Cylinders and containers - Cylinder storage ****************************************************************************** v. X, Yes, does apply to this contract v. ELECTRICAL: Contractor shall comply with the standards in 29 CFR 1910 Subpart S, 29 CFR 1926 Subpart K, AFI 91-203 Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chap 8, and NFPA 70/70E. All electrical wiring must be IAW National Electrical Codes (NEC) 70/70E. Electrical wiring and equipment shall be a type listed by UL or another recognized listing agent. Contractor's Safety Plan shall also address: - Selection and use of work practices - Training (basic electrical safety knowledge) - Use of equipment (handling, visual inspection, rating of equipment) - GFCI Protection for outside contractor drops and wet/damp areas - Arc Flash ****************************************************************************** w. X, Yes, does apply to this contract w. HAZARDOUS ENERGY CONTROL PROGRAM ELEMENTS (LOCKOUT-TAGOUT): Contractor shall comply with the standards 29 CFR 1910 Subpart S, 29 CFR 1926 Subpart K, AFI 91-203, Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chap 21, Hazardous Energy Control (Lockout and Tag out) and NFPA 70. Contractor's Safety Plan shall also address: - Purpose of hazardous energy control program - Employee training - Lockout/tagout procedures-Removal of locks and tags - Periodic inspections - Restoring equipment to normal operations - Arc Flash - Portable Fire Extinguishers (proper type, inspection, maintenance, testing, and training) ****************************************************************************** x. X, Yes, does apply to this contract. x. MACHINERY AND MACHINE GUARDING: Contractor shall comply with the standards in 29 CFR 1910 Subpart O. Contractor's Safety Plan shall also address: - Control of rotating parts, flying chips, and sparks - Inspection - Maintenance ****************************************************************************** y. X, Yes, does apply to this contract y. HAND AND PORTABLE POWERED TOOLS AND OTHER HAND-HELD EQUIPMENT: Contractor shall comply with the standards in 29 CFR 1910 Subpart P and 29 CFR 1926 Subpart I. Contractor's Safety Plan shall also address: - Inspection - Proper use - Guarding - Maintenance - Control of rotating parts, flying chips, and sparks ****************************************************************************** z. X, Yes, does apply to this contract z. TOXIC AND HAZARDOUS SUBSTANCES: Contractor shall comply with the standards in 29 CFR 1910 Subpart Z and 29 CFR 1926 Subpart Z. Contractor's Safety Plan shall also address:-A section related to working with toxic and hazardous substances, such as asbestos, benzene, lead, and styrene, where the following areas are addressed: - Threshold Limit Values (TLV)-Exposure monitoring - Medical surveillance - Work practices - Engineering controls - Respiratory protection - Protective clothing (PPE) ****************************************************************************** aa. X, Yes, does apply to this contract aa. HAZARDOUS COMMUNICATIONS: Contractor shall comply with the standards in 29 CFR 1910.1200. Contractor's Safety Plan shall also address: - Written Program-list of hazardous chemicals - Identify the hazardous chemical(s)-labeling system - MSDS data sheet location - Employee information and training-methods used to inform employees of the hazards, and precautionary measures ****************************************************************************** bb. X Yes ___ No, does not apply to this contract bb. DEMOLITION: Contractor shall comply with the standards in 29 CFR 1926 Subpart T. Contractor's Safety Plan shall also address: - Preparatory Operations - Removal of Materials-walls, floors, & steel construction - Mechanical Demolition - Engineering survey by a competent person & service lines shut off ****************************************************************************** cc. __Yes X No, does not apply to this contract cc. HEAT STRESS: 29 CFR 1908 General Duty Clause-The employer will provide a safe and healthful workplace for all employees, AFI 10-220 (DLAI 8210.1, NAVAIRINST 37.10.1D), Contractors Flight and Ground Operations, AFI 10-220, Contractor's Flight and Ground Operations, 1 Mar 07, Section E (Procedures), Para 1d. Contractor's Safety Plan shall also address: - Pre-hydration - Acclimatization ****************************************************************************** dd. X Yes __ No, does not apply to this contract dd. GENERAL ENVIRONMENTAL CONTROLS: Contractor shall comply with the standards in 29 CFR 1910 Subpart G, 29 CFR 1910 Subpart J and 29 CFR 1926 Subpart D. Contractor's Safety Plan shall also address: - Sanitation-toilet and washing facilities - Accident prevention signs and tags ****************************************************************************** ee. X, Yes __ No, does apply to this contract ee. HEARING CONSERVATION PROGRAM ELEMENTS: Contractor shall comply with the standards in 29 CFR 1910.95 and 29 CFR 1926.52..NOTE: Noise exposures are based on ACGIH guidelines of 85 dB TWA. Contractor's Safety Plan shall also address: - Monitoring (survey of noise producing equipment) - Audiometric testing - Hearing Protectors - Training - Recordkeeping/Access to information and training material ****************************************************************************** ff. _X_Yes __ No, does not apply to this contract ff. MEDICAL AND FIRST AID: Contractor shall comply with the standards in 29 CFR 1910 Subpart K and 29 CFR 1926 Subpart C. Contractor's Safety Plan shall also address: - Adequate first aid supplies - Trained employee to render first aid - Recordkeeping - Reporting and investigating accidents/incidents - Off-site physician(s) - Maintenance of and employee access to exposure monitoring data and medical records ****************************************************************************** gg. _Yes, X No, does not apply to this contract gg. GROUNDING, BONDING OF AIRCRAFT & AVIONICS EQUIPMENT: Contractor shall comply with the standards for grounding and bonding in accordance with TO 00-25-172, Ground Servicing of Aircraft and Static Grounding/Bonding, 15 Jul 02/Change 12-12 Feb 08, for aircraft repair and TO 00-25-234, General Shop Practice Requirements for the Repair, Maintenance and Test of Electrical Equipment, 1 Aug 88/Change 36, 13 Aug 07, for avionics equipment. ****************************************************************************** hh. _X Yes __, No does not apply to this contract hh. BATTERIES: Contractor shall comply with the standards for battery servicing in accordance with OSHA Standard 29 CFR 1910.178 and 29 CFR 1910.305 and (cite specific applicable aircraft T.O.s). ****************************************************************************** ii. X Yes, __ No, does apply to this contract ii. HANDLING, STORAGE, & USE OF FLAMMABLE/COMBUSTIBLE LIQUIDS: Contractor shall comply with the standards in NFPA 30, Flammable and Combustible Liquids Code, 2008 Edition, NFPA 33 Spray Application Using Flammable or Combustible Materials, 2007 Edition, DoD 4145.19-R-1, Storage and Materials Handling, 15 Sep 79, Chpts 5 and 6, DOD 4140.25-M (for POL storage) and AFI 91-203, Air Force Consolidation Occupational Safety Instruction, 15 Jun 12, Chap 22, Flammable and Combustible. ****************************************************************************** jj. X Yes, _ No, does not apply to this contract jj SYSTEM MODIFICATION-WHICH ALTERS FORM, FIT OR FUNCTION: Contractor shall comply with Mil Standard 882D, Standard Practice for System Safety, 10 Feb 00 and AFI 91-202, The US Air Force Mishap Prevention Program, 1 Aug 98, Chap 9 for system modifications, which alter form, fit, or function. ****************************************************************************** kk. X Yes, No, does not apply to this contract kk. SOLDERING: Soldering shall be conducted in accordance with the requirements in T.O. 00-25-234, General Shop Practice Requirements for the Repair, Maintenance and Test of Electrical Equipment, 1 Aug 88/Change 36, 13 Aug 07, Chapter 3 and 29 CFR 1910.253. ****************************************************************************** ll. _X_ Yes, __ No, does not apply to this contract ll. HOUSEKEEPING: Housekeeping shall be conducted according to the requirements in OSHA Standard 29 CFR 1910.141. CLEAN AS YOU GO will be enforced. Refuse, trash, and debris will be collected daily and not left on site to prevent hazards during high winds and inclement weather. ****************************************************************************** mm. __Yes, X No, does not apply to this contract mm. AIRCRAFT PAINTING & PAINT REMOVAL OPERATIONS: Contractor shall comply with the standards in T.O. 1-1-8, Application and Removal of Organic Coatings, Aerospace and Non-aerospace Equipment, 15 February 06, Change 3/30 January 08;NFPA 33, Spray Application Using Flammable or Combustible Materials, 2007 Edition, NFPA 70, National Electrical Code, 2008 Edition; NFPA 91, Exhaust Systems for Air Conveying of Vapors, Gases, Mists, and Noncombustible Particulate Solids, 2004 Edition; NFPA 409, Aircraft Hangars, 2004 Edition ; NFPA 410, Aircraft Maintenance, 2004 Edition (cite specific applicable aircraft T.O.s) and AFI 91-203, Air Force Consolidation Occupational Safety Instruction, Chap 28, Para 28.12. ****************************************************************************** nn. _Yes, X_ No, does not apply to this contract nn. PAINTING & PAINT REMOVAL: Painting and paint removal shall be accomplished according to T.O. 1-1-8 Application and Removal of Organic Coatings, Aerospace and Non-aerospace Equipment, 15 February 06, Change 3/30 January 08; AFI 91-203, Air Force Consolidation Occupational Safety Instruction, Chap 28, Para 28.12, NFPA 33, Spray Application Using Flammable or Combustible Materials, 2007 Edition and NFPA 410, Aircraft Maintenance, 2004 Edition. ****************************************************************************** oo. __Yes, _X_ No, does not apply to this contract oo. CLEANING/CORROSION CONTROL OF AIRCRAFT: Corrosion removal and treatment shall be conducted according to T.O. 1-1-691, Cleaning and Corrosion Prevention and Control, Aerospace and Non-Aerospace Equipment, 1 Jul 03, Change 2, 19 Oct 07. ****************************************************************************** pp. _ Yes, X No, does not apply to this contract pp. CLEANING/CORROSION CONTROL FOR AVIONICS AND ELECTRONICS: Corrosion removal and treatment shall be conducted according to TO 1-1-689-3, Cleaning and Corrosion Control Volume III Avionics and Electronics, 1 Mar 05; and T.O. 1-1-689-5, Cleaning and Corrosion Control Volume V Consumable Materials and Equipment for Avionics. 1 Mar 05. ****************************************************************************** qq. _X_ Yes, __ No, does not apply to this contract qq. ELECTRONIC/ELECTROSTATIC DISCHARGE SENSITIVE COMPONENTS: An electrostatic discharge program, when applicable, shall be implemented according to MIL-HDBK-263B, Electrostatic Discharge Control Handbook for Protection of Electrical and Electronic Parts, Assemblies and Equipment (Excluding Electrically Initiated Explosive Devices), 31 Jul 94, MIL-STD-1686C, Electrostatic Discharge Control Program for Protection of Electrical and Electronic Parts, Assemblies and Equipment (Excluding Electrically Initiated Explosive Devices), 25 Oct 95 and T.O. 00-25-234, General Shop Practice Requirements for the Repair, Maintenance and Test of Electrical Equipment, 1 Aug 88/Change 36, 13 Aug 07or the commercial standard ANSI/ESD S20.20, Electrostatic Discharge Control Program-Protection of Electrical & Electronic Parts, Assemblies and Equipment, 4 Aug 99. ****************************************************************************** rr. __Yes, _X_ No, does not apply to this contract rr. AIRCRAFT MAINTENANCE: Contractor shall comply with the standards in AFOSH STD 91-100, Flightline Vehicle Operations, 1 May 98, Chap 8 site specific applicable Dash 2 Series Technical Orders, and AFI 21-101, Aircraft and Equipment Maintenance Management, 29 Jun 06. ****************************************************************************** ss. __Yes, _X_ No, does not apply to this contract ss. SAFING/EGRESS/ESCAPE SYSTEMS: Contractor shall comply with the standards in T.O. 11A-1-33, Handling and Maintenance of Explosives-Loaded Aircraft, 11 Jan 05, and site specific applicable aircraft Technical Orders. ****************************************************************************** tt. __Yes, _X_ No, does not apply to this contract tt. FLUID PURGING OF AIRCRAFT: Aircraft fuel tanks must be fluid purged IAW T.O. 1-1-3, Inspection and Repair of Aircraft Integral tanks and Fuel Cells, dated 31 Aug 06/Change 2, 1 May 07, paragraph 9.5. ****************************************************************************** uu. __Yes, _X_ No, does not apply to this contract uu. AIRCRAFT TOWING/PARKING/MOORING: Towing, parking and mooring procedures must comply with AFI 11-218, Aircraft Operations and Movement on the Ground, Chap 1, Sect 1D, 1 May 95, AFI 91-203, Air Force Consolidation Occupational Safety Instruction, 15 Jun 12, Chap 24, Para 24.7., Unified Facility Code (UFC260-1, Airfield and heliport Planning and Design, 1 Nov 01, Change of 19 May 06, site specific applicable aircraft Technical Orders. ****************************************************************************** vv. __Yes, _X_ No, does not apply to this contract vv. ON-AIRCRAFT ENGINE OPERATIONS/ENGINE RUNS: Contractor's procedures must comply with AFI 11-218, Aircraft Operations and Movement on the Ground, Chap 1, Sect 1D, 1 May 95, site specific applicable aircraft T.O.s and AFOSH STD 91-100, Flightline Vehicle Operations, 1 May 98, paras 1.2.16 - 1.2.17.9 and 2.2.21 - 2.2.21.2. ****************************************************************************** ww. __Yes, _X_ No, does not apply to this contract ww. REMOVE/INSTALL AIRCRAFT ENGINES: Contractor shall comply with the procedures in T.O. 2J-1-18, Preparation for Shipment and Storage of Gas Turbine Engines, 15 Feb 93- change 13, 30 Jun 02 and (list applicable Aircraft Handbooks). ****************************************************************************** xx. __Yes, _X_ No, does not apply to this contract xx. HANGERING OF FUELED AIRCRAFT: Aircraft hangars where fueled aircraft will be stored must meet the facility requirements in NFPA 70, National Electrical Code, 2008 Edition, NFPA 409, Aircraft Hangars, 2004 Edition; NFPA 410, Aircraft Maintenance, 2004 Edition, and T.O. 1-1-3, Inspection and Repair of Aircraft Integral Tanks and Fuel Cells, and Air Force Civil Engineer Support Agency (AFCESA) Engineering Technical Letters (ETL) listed in PART III. ****************************************************************************** yy. __Yes, _X_ No, does not apply to this contract yy. FUELING/DEFUELING OPERATIONS: All fueling/defueling operations will be in compliance with T.O. 00-25-172, Ground Servicing of Aircraft and Static Grounding/Bonding, 15 Jul 02/Change 12-12 Feb 08; T.O. 1-1-3, Inspection and Repair of Aircraft Integral Tanks and Fuel Cells, 31 Aug 06/Change 2, 1 May 07, Air Force Civil Engineer Support Agency (AFCESA) Engineering Technical letters (ETL) listed in PART III, and list specific applicable Aircraft Technical Orders. ****************************************************************************** zz. __Yes, _X_ No, does not apply to this contract zz. FUEL TANK /FUEL CELL REPAIR: Fuel tank/cell work will be accomplished IAW the requirements in T.O. 1-1-3, Inspection and Repair of Aircraft Integral tanks and Fuel Cells, dated 31 Aug 06/Change 2, 1 May 07, Air Force Civil Engineer Support Agency (AFCESA) Engineering Technical Letters (ETL) listed in PART III, and list specific applicable Aircraft Technical Orders. ****************************************************************************** aaa. __Yes, _X_ No, does not apply to this contract aaa. FUEL TANK/CELL FOAM REMOVAL/DRYING/STORAGE & INSTALLATION: Contractor's procedures shall comply with T.O. 1-1-3, Inspection and Repair of Aircraft Integral tanks and Fuel Cells, 31 Aug 06/Change 2, 1 May 07, Chap 5, Air Force Civil Engineer Support Agency (AFCESA) Engineering Technical Letters (ETL) listed in PART III and list specific applicable Aircraft Technical Orders. ****************************************************************************** bbb. __Yes, _X_ No, does not apply to this contract bbb. AIRCRAFT JACKING OPERATIONS: Contractor's procedures shall comply with site specific applicable aircraft T.O.s and 35A2 series Technical Orders (various jacking equipment), and AFI 91-203, Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chap 24, Para 24.8. ****************************************************************************** ccc. _ Yes, X_ No, does not apply to this contract ccc. LIQUID GASEOUS OXYGEN/CRYOGENICS: Contractor's procedures shall comply with AFI 91-203, Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chap 43, T.O. 00-25-172, Ground Servicing of Aircraft and Static Grounding/Bonding, 15 Jul 02/Change 12-12 Feb 08 (all) and NFPA 51, Design &Installation of Oxygen-Fuel Gas Systems for Welding, Cutting, and Allied Processes, 2007 Edition, Chap 4. ****************************************************************************** ddd. __Yes, _X_ No, does not apply to this contract ddd. WORK STANDS/PLATFORMS: Contractor's procedures shall comply with AFI 91-203, Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chap 16 and 35A4 series T.O.s -Ground Support Equipment (various maintenance stands). ****************************************************************************** eee. _X Yes, __ No, does not apply to this contract eee. SEVERE WEATHER PLAN: Contractor shall comply with the standards in NAS 3306, AFI 10-220, Contractor's Flight and Ground Operations, 1 Mar 07, paras 5.1.2.25 - 5.1.2.25.6. Contractor's Safety Plan shall also address instructions for personnel, equipment and debris. ****************************************************************************** fff. _X_ Yes, __ No, does not apply to this contract fff. FIRE PROTECTION FOR FACILITIES: Contractor's procedures shall comply with NFPA 10, Portable Fire Extinguishers, 2007 Edition; NFPA 13, Installation of Sprinkler Systems, 2007 Edition; NFPA 33, Spray Application Using Flammable or Combustible Materials, 2007 Edition; NFPA 70, National Electrical Code, 2008 Edition; NFPA 72, National Fire Alarm Code, 2007 Edition; NFPA 91, Exhaust Systems for Air Conveying of Vapors, Gases, Mists, and Noncombustible Particulate Solids, 2004 Edition; NFPA 409, Aircraft Hangars, 2004 Edition; NFPA 410, Aircraft Maintenance, 2004 Edition; NFPA 418, Fire protection for Heliports, 2006 Edition; NAS 3306, Facility Requirements for Aircraft Operations, May 00 and RAFBI 32-2001, The Fire Protection Operations and Fire Prevention Program, 11 Feb 11, and Air Force Civil Engineer Support Agency (AFCESA) Engineering Technical Letters (ETL) listed in PART III. ****************************************************************************** ggg. __Yes _X_ No, does not apply to this contract ggg. EXPLOSIVE SAFETY REQUIREMENTS: Contractor shall comply with the standards in AFMAN(I) 24-204, Preparing Hazardous Materials for Military Air Shipments, 15 Apr 07 Change 1, 4 May 2007; and dash 11 series TOs; DoDI 4145.26M, DoD Contractors' Safety Requirements for Ammunition and Explosives, 9 Apr 05; DoD 4145.19-R-1, Storage and Materials Handling, 15 Sep 79, Chpts 5/6; AFJMAN 23-210, Joint Service Manual for Storage and Material Handling, Apr 94; TO 11A-1-33, Handling and Maintenance of Explosives-Loaded Aircraft, 20 Nov 08), TO 11A-1-46, Fire Fighting Guidance, Transportation, and Storage, 15 Nov 04 Change 6 (12 Nov 08) for all handling of all explosive devices to be removed, installed, stored or transported, AFMAN 91-201, Explosive Safety Standards, 17 Nov 08, and RAFBI 24-103, Preparation and Movement of Air Cargo. Note: T.O. 11A-1-46 is being rescinded and will be part of the Joint Hazard Classification System through the Defense Ammunition Center. Contractor's Safety Plan shall also address training ****************************************************************************** hhh. __Yes, _X_ No, does not apply to this contract hhh. AIRFIELD CRITERIA: Contractor furnished airfields shall comply with the standards in National Aerospace Standard (NAS) 3306, Facility Requirements for Aircraft Operations, May 00, Chap 4; and UFC 3-260-01, Airfield and heliport Planning and Design, 1 Nov 01, Change of 19 May 06; UFC 3-260-02, Pavement Design for Airfields, 30 Jun 01. ****************************************************************************** iii. __Yes, _X_ No, does not apply to this contract iii. AIRFIELD RESCUE & FIREFIGHTING CAPABILITIES: Contractor furnished fire trucks, personnel and training must meet the requirements in NFPA 403, Aircraft Rescue and Fire-Fighting Services at Airports, 2003 Edition; NFPA 412, Evaluating Aircraft Rescue and Fire-Fighting Foam Equipment, 2003 Edition; NFPA 414, Aircraft Rescue and Fire-Fighting Vehicle, 2007 Edition, NAS 3306, Facility Requirements for Aircraft Operations, May 00, paras 5.3 thru 5.5.1, and Air Force Civil Engineer Support Agency (AFCESA) Engineering Technical Letters (ETL) listed in PART III. ****************************************************************************** jjj. __Yes, _X_ No, does not apply to this contract jjj. ACCEPTANCE/FUNCTIONAL CHECK FLIGHT & MAINTENANCE OPERATION CHECKS: Contractor's procedures shall comply with T.O. 1-1-300, Maintenance Operational Checks and Check Flights, 14 Nov 07. ****************************************************************************** kkk. __ Yes, _X_ No, does not apply to this contract kkk. CONTRACTORS FLIGHT & GROUND OPERATIONS: Contractor's shall comply with the standards and procedures in AFI 10-220, Contractor's Flight and Ground Operations, 1 Mar 07. If this is an aircraft contract monitored by DCMA, include the Ground Flight Risk (GFR) Clause. ****************************************************************************** lll. X Yes, __ No, does not apply to this contract. lll. LAWN/GROUND SERVICES: Contractor furnished landscaping and lawn equipment must comply with the standards in 29 CFR 1910. 243, AFI 91-203, Air Force Consolidated Occupational Safety Instruction, 15 Jun 12, Chapter 15 and T.O. 47C1-1, Safety Instructions for Lawn Care Equipment. PART III AIR FORCE CIVIL ENGINEERING SUPPORT AGENCY ENGINEERING TECHNICAL LETTERS. This list is current as January 2009. Offerors must ensure the AFCESA website is searched to ensure currency. This site is found at https://www.my.af.mil/gcss-af/USAF/ ENGINEERING TECHNICAL LETTERS (ETL) No. Title Status Date 82-1 Energy Budget Figures Superseded by ETLs 83-10, 86-1, 87-4 10 Nov 82 82-2 Energy Efficient Equipment Superseded by AFEPPM 88-10 10 Nov 82 82-3 Computer Energy Analyses - New Facilities Superseded by ETLs 83-5, 84-2 10 Nov 82 82-4 Energy Conservation Investment Program Superseded by ETL 84-7 10 Nov 82 82-5 Solar Applications Superseded by ETLs 84-1, 86-13, 86-14 10 Nov 82 82-6 Normal Passive Solar Applications Canceled 30 Dec 82 82-7 Unique Passive Solar Applications Canceled 30 Nov 82 83-1 Design of Control Systems for HVAC 16 Feb 83 83-2 Supplemental Design Guidance to AF Standards - Pressurized Hydrant Fueling Systems Superseded by ETL 84-3 16 Feb 83 83-3 Interior Wiring Systems, AFM 88-15, Para 7-3 Canceled 2 Mar 83 83-4 EMCS Data Transmission Media Considerations Canceled 3 Apr 83 83-5 Computer Energy Analyses Superseded by ETL 84-2 5 May 83 83-6 Solar Applications in Medical Facilities Canceled 24 May 83 83-7 Plumbing - AFM 83-8, Chapter 4 Canceled 30 Aug 83 83-8 Use of Air-to-Air Unitary Heat Pumps Canceled 15 Sep 83 Chg 1 to ETL 83-1U.S. Air Force Standardized HVAC Control Systems 22 Jul 87 83-9 Insulation Superseded by ETL 94-4 14 Nov 83 83-10 Energy Budget Figure (EBF) Superseded by ETL 86-1 28 Nov 83 84-1 Solar Applications Superseded by ETL 86-14 18 Jan 84 84-2 Computer Energy Analysis Superseded by ETL 94-4 27 Mar 84 84-3 AF Petroleum Fuel Facility Criteria and Standards Canceled 21 Mar 84 84-4 Meters in New Facilities Superseded by ETLs 86-7, 86-15, 87-5 10 Apr 84 84-5 Heat Distribution Systems Outside of Bldg Superseded by ETLs 84-8, 86-11, 86-18, and 88-67 May 84 84-7 MCP Energy Conservation Investment Program (ECIP) Superseded FEPPM 96-4 13 Jun 84 84-8 Heat Distribution Systems Outside of Bldgs Superseded by ETL 86-11 19 Jun 84 84-9 TEMPEST/EMP Shielding for Facilities Superseded by ETL 88-7 5 Jul 84 84-10 AF Building Construction and the Use of Termiticides Canceled 1 Aug 84 86-1 Energy Budget Figures (EBFs) for Facilities in the Military Construction Program Superseded by ETL 87-7 3 Feb 86 86-2 Energy Management and Control Systems (EMCS) Canceled 5 Feb 86 86-3 Paints and Protective Coatings Superseded by ETL 86-4 21 Feb 86 86-4 Coating Systems & Specs for Exterior and Interior of Steel Tanks Canceled 12 May 86 86-5 Fuels Use Criteria for Air Force Construction Canceled 22 May 86 86-6 Heat Distribution Systems Outside of Bldgs Superseded by ETLs 86-11, 86-18, 88-6 3 Jun 86 86-7 Utility Meters in New and Renovated Facilities Superseded by ETL 86-15 3 Jun 86 86-8 Aqueous Film Forming Foam Waste Discharge Retention and Disposal 4 Jun 86 86-9 Lodging Facility Design Guide Superseded by AFCEE Temporary Lodging Facilities Design Guide Jun 86 86-10 Antiterrorism Planning and Design Guidance Superseded by AFCEE Design Guide, Installation Force Protection Guide 13 Jun 86 86-11 Heat Distribution Systems Outside of Buildings Superseded by ETL 88-6 3 Jul 86 86-12 Prewired Workstations and Systems Furniture Superseded by ETL 90-2 3 Jul 86 86-13 Solar Applications Superseded by ETL 86-14 18 Aug 86 86-14 Solar Applications Canceled 15 Oct 86 86-15 Utility Meters in New and Renovated Facilities Superseded by ETL 87-5 13 Nov 86 86-16 Direct Digital Control of Heating, Ventilation, and Air Conditioning Systems 9 Dec 86 86-17 Power Conditioning and Continuation Interfacing Equipment (PCCIE) Superseded by ETL 89-6 17 Dec 86 86-18 Heat Distribution Systems Outside of Buildings Superseded by ETL 88-6 18 Dec 86 87-1 Lead Ban Requirements of Drinking Water Superseded by AFI 32-1067 15 Jan 87 87-2 Volatile Organic Compounds Canceled 4 Mar 87 87-3 Cathodic Protection Superseded by ETLs 87-6, 88-5 12 Mar 87 87-4 Energy Budget Figures (EBFs) for Facilities in the Military Construction Program Superseded by ETL 94-4 13 Mar 87 87-5 Utility Meters in New and Renovated Facilities Superseded by ETL 94-2 13 Jul 87 87-6 Cathodic Protection Superseded by ETL 88-5 21 Aug 87 87-7 1987 Energy Prices and Discount Factors for Life-Cycle Cost Analysis Superseded by ETL 89-1 14 Oct 87 87-8 Built-Up Roof Repair/Replacement Specifications Superseded by ETL 90-1 19 Oct 87 87-9 Pre-wiring Superseded by ETL 02-12 21 Oct 87 88-1 Standard Guidelines for Submission of Facility Operating and Maintenance Manuals Superseded by ETL 89-2 5 Jan 88 88-2 Photovoltaic Applications Superseded by AFCESA Tech Data Bulletin, Photovoltaic Concept, Design, and Application 21 Jan 88 88-3 Design Standards for Critical Facilities Superseded by AFMAN 32-1146(I) 15 Jun 88 88-4 Reliability & Maintainability Design Checklist Superseded by ETL 01-1 24 Jun 88 88-5 Cathodic Protection Superseded by ETL 91-6 2 Aug 88 88-6 Heat Distribution Systems Outside of Buildings Superseded by AFI 32-1068 1 Aug 88 88-7 TEMPEST and High-Altitude Electromagnetic Pulse (HEMP) Protection for Facilities Superseded by ETLs 90-3, 91-2 24 Aug 88 88-8 Chlorofluorocarbon (CFC) Limitation in Heating, Ventilating, and Air-Conditioning (HVAC) Systems Superseded by ETL 91-7 4 Oct 88 88-9 Radon Reduction in New Facility Construction Canceled 7 Oct 88 88-10 Prewired Work Station Guide Specifications Canceled 29 Dec 88 89-1 1988 Energy Prices and Discount Factors for Life-Cycle Cost Analysis Superseded by ETL 90-4 6 Feb 89 89-2 Std Guides for Submission of Facility Operating and Maintenance Manuals 23 May 89 89-3 Fire Protection Engineering Criteria for Electronic Equipment Installations Superseded by ETL 93-5 9 Jun 89 89-4 Systems Furniture Guide Specification Canceled 6 Jul 89 89-5 AF Interior Design Policy Issued as ETL 90-789-6 Power Conditioning and Continuation - Interfacing Equipment (PCCIE) in Military Construction Program (MCP) Canceled 7 Sep 89 89-7 Design of AF Courtrooms Superseded by AF Base Legal Facilities Design Guide 29 Sep 89 90-1 Built-Up Roof (BUR) Repair/Replacement Guide Specification Superseded by UFGS 07 51 13, Built-up Asphalt Roofing 23 Jan 90 90-2 General Policy for Prewired Workstations and Systems Furniture Canceled 26 Jan 90 90-3 TEMPEST Protection for Facilities Canceled 90-4 1990 Energy Prices and Discount Factors for Life-Cycle Cost Analysis Canceled 24 May 90 90-5 Fuel & Lube Oil Bulk Storage Capacity-Emergency Generators Superseded by AFI 32-1062, Electrical Power Plants and Generators 26 Jul 90 90-6 Electrical System Grounding, Static Grounding and Lightning Protection 3 Oct 90 90-7 Air Force Interior Design Policy Canceled 12 Oct 90 90-8 Guide Specifications for Ethylene Propylene Diene Monomer (EPDM) Roofing Superseded by UFGS 07 53 23, Ethylene Propylene Diene Monomer Roofing 17 Oct 90 90-9 Fire Protection Engineering Criteria for Aircraft Maintenance, Servicing, and Storage Facilities Superseded by ETL 96-1 2 Nov 90 90-10 Commissioning of Heating, Ventilating, and Air Conditioning (HVAC) Systems Guide Specification 17 Oct 90 91-1 Fire Protection Engineering Criteria -Testing Halon Fire Suppression Systems 2 Jan 91 91-2 High Altitude Electromagnetic Pulse (HEMP) Hardening in Facilities 4 Mar 91 91-3 Water Supply for Fire Protection Superseded by MIL-HDBK-1008B, Jan 94 14 Jun 91 91-4 Site Selection Criteria for Fire Protection Training Areas 14 Jun 91 91-5 Fire Protection Engineering Criteria - Emergency Lighting and Marking of Exits Superseded by ETL 94-5 91-6 Cathodic Protection Superseded by MIL-HDBK-1136 (now UFC 3-570-06) and MIL HDBK 1004/10 will become UFC 3-570-07) 3 Jul 91 91-7 Chlorofluorocarbon (CFC) Limitation in Heating, Ventilating, and Air- Conditioning (HVAC) Systems Canceled 21 Aug 91 91-8 Facility Electrical Power for Aircraft Ground Support Equipment (Hangars, Aprons, and Ramps) Canceled 24 Sep 91 93-1 Construction Signs Superseded by ETL 02-9 1 1 Mar 93 93-2 Dormitory Criteria for Humid Areas Superseded by ETL 03-2 13 Jul 93 93-3 Inventory, Screening, Prioritization, and Evaluation of Existing Buildings for Seismic Risk Canceled 18 Aug 93 93-4 Fire Protection Engineering Criteria - Automatic Sprinkler Systems in Military Family Housing (MFH) Superseded by UFC 3-600-01 11 Aug 93 93-5 Fire Protection Engr Criteria - Electronic Equipment Installations Superseded by ETL 01-18 94-1 Standard Airfield Pavement Marking Schemes Superseded by ETL 04-2 5 Apr 94 94-2 Utility Meters in New and Renovated Facilities Superseded by UFC 3-400-01 10 Jun 94 94-3 Air Force Carpet Standard Superseded by ETL 00-6 10 Jun 94 94-4 Energy Usage Criteria for Facilities in the Military Construction Program Superseded by UFC 3-400-01 19 Aug 94 94-5 Fire Protection Engineering Criteria and Technical Guidance Superseded by ETL 99-4 8 Nov 94 94-6 Fire Protection Engineering Criteria and Technical Guidance - Removal of Halogenated Agent Fire Suppression Systems 5 Dec 94 94-7 EPA Guideline Items in Construction and Other Civil Engineering Specifications Superseded by ETL 00-1 14 Dec 94 94-8 Design in Metric Canceled 14 Dec 94 94-9 Silicone Joint Sealants for Pavements Superseded by ETL 96-4 14 Dec 94 95-1 Halon 1301 Management Planning Guidance 12 May 95 95-2 Preparation of Requirements and Management Plan (RAMP) Packages for Military Construction (MILCON) Program Projects Superseded by AFCEE Project Managers Guide For Design And Construction 26 Oct 95 95-3 Planning Guide for Installation of Ultra-High-Molecular-Weight (UHMW) Polyethylene Panels Under Aircraft Arresting System Cables (CONUS Installations) Superseded by AFI 32-1043 26 Oct 95 95-4 Mandatory Energy/Water Performance Standards for Replaced or Modified Equipment Superseded by UFC 3-400-01 31 Oct 95 96-1 Fire Protection Engineering Criteria-New Aircraft Facilities Superseded by ETL 98-7 22 Jan 96 96-2 Elimination of Liquid Polychlorinated Biphenyls (PCBs) Prioritization Guidance CNX 2 May 96 96-3 Typical Statement of Work for Airfield Pavement Condition Survey 26 Jun 96 96-4 Temporary Joint Sealing Details and Procedures for Pavements 9 Jul 96 96-5 Hangar Concrete Floor Reflective Coating Criteria 26 Aug 96 97-1 National Primary Drinking Water Regulations: Lead and Copper Rule (LCR) Corrosion Control Desk-Top Report Statement of Work (SOW) Canceled 29 Jan 97 97-2 Maintenance & Repair of Rigid Airfield Pavement Surfaces, Joints, and Cracks 28 Jul 97 97-3 Base Course Proof Rolling Requirements 25 Mar 97 97-4 Expedient Trim Pad Anchoring Superseded by ETL 06-4 2 Jun 97 97-5 Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements 25 Apr 97 97-8 Bldg Manager Energy Conservation Handbook Superseded by ETL 98-4 9 Jun 97 97-9 Criteria and Guidance for C-17 Contingency Operations on Semi-Prepared Airfields 25 Nov 97 97-10 Structural Evaluation of Existing Buildings for Seismic and Wind Loads Superseded by ETL 00-5 30 Oct 97 97-11 Mitigation of Non-Structural Seismic and High Wind Deficiencies for Existing Buildings Superseded by ETL 00-5 30 Oct 97 97-12 Mitigation of Existing Building Structural Deficiencies for Seismic and High Wind Loads Superseded by ETL 03-2 7 Aug 97 97-14 Procedures for Airfield Pavement Condition Index Surveys Superseded by UFCs 3- 270-05/06 15 Sep 97 97-16 Pavement Marking Systems for Low Temperature Applications 25 Nov 97 97-17 Paint and Rubber Removal from Roadway and Airfield Pavements 1 Dec 97 97-18 Guide Specification for Airfield and Roadway Marking 5 Dec 97 97-22 Competing Facility Keying Systems 5 Dec 97 98-1 Design Criteria for Aggregate Surfaced Helicopter Slide Areas and Heliports 14 Jan 98 98-2 Clean Air Act Amendments Requirements for Electric Generators and Power Plants Canceled 1 Jun 98 98-4 Building Manager Energy Conservation Handbook 16 Jan 98 98-5 C-130 and C-17 Contingency and Training Airfield Dimensional Criteria Superseded by ETL 04-7 19 Oct 98 98-7 Fire Protection Engineering Criteria - New Aircraft Facilities Superseded by ETL 01-2 29 Apr 98 98-8 Fire Protection Engineering Criteria -Existing Aircraft Facilities 25 Jun 98 98-10 Installation and Operation Guide for the Stanley Hydraulic Power Unit (HPU) (MAAS Upgrade) 5 Nov 98 99-1 Treatment and Disposal of Aircraft Washwater Effluent 7 Jan 99 99-4 Fire Protection Engineering Criteria -Emergency Lighting and Marking of Exits 9 Nov 99 99-6 Programming Fuels Projects Superseded by ETL 01-15 10 Dec 99 99-7 Airfield Pavement Condition Index Survey Superseded by ETL 02-13 27 Sep 99 00-1 EPA Guideline Items in Construction and Other Engineering Specifications 5 Jan 00 00-2 Inspection and Testing of Trim Pad Anchoring Systems 1 Feb 00 00-5 Seismic Design for Buildings and Other Structures Canceled 5 Jun 00 00-4 Small Arms Range Design and Construction Superseded by ETL 01-13 00-6 Air Force Carpet Standard Superseded by ETL 03-3 11 May 00 00-7 Fire Protection Engr Criteria-Correlation of US and Host Nation Codes/Criteria 10 May 00 00-8 Airfield Pavement Design Criteria Superseded by UFC 3-260-02 28 Apr 00 00-9 Airblast Protection Retrofit for Unreinforced Concrete Masonry Walls 8 Aug 00 00-12 Fire Protection Engineering Criteria - Conversion of Fire Alarm Radio Systems to Narrowband Technology Superseded by ETL 03-5 19 Dec 00 01-1 Reliability and Maintainability (R&M) Design Checklist 11 Oct 01 01-2 Fire Protection Engineering Criteria - New Aircraft Facilities Superseded by ETL 02-15 1 Apr 01 01-4 Fire Protection Engineering Criteria -Protective and Hardened Aircraft Shelters 31 Dec 01 01-5 Jet Engine Thrust Standoff Requirements for Airfield Asphalt Edge Pavements Superseded by ETL 07-3 24 May 01 01-6 Contingency Airfield Pavement Specifications 12 Jun 01 01-7 Large Aggregate Asphalt Mixtures 5 Jun 01 01-8 Resin Modified Pavement Design and Application Criteria 25 Sep 01 01-9 Procedures to Retard Reflective Cracking 17 Jul 01 01-10 Design and Construction of High-Capacity Trim Pad Anchoring Systems 24 Jul 02 01-13 Small Arms Range Design and Construction Superseded by ETL 02-11 31 Dec 01 01-15 Programming Fuels Projects Canceled 5 Jun 01 01-17 Communications and Information Systems Criteria for AF Facilities Superseded by ETL 02-12 Draft 01-18 Fire Protection Engineering Criteria -Electronic Equipment Installations 24 Oct 01 01-20 Guidelines for Airfield Frangibility Zones 29 Nov 01 02-1 Design of Drainage Structures for Heavy Aircraft Loading 1 Aug 02 02-4 Airblast Protection Polymer Retrofit of Unreinforced Concrete Masonry Walls (FOUO) 12 Jun 02 02-5 Guidance for Energy Savings Performance Contracts Superseded by ETL 04-12 31 Oct 02 02-7 Preventing Concrete Deterioration Under B- 1 Aircraft 7 Aug 02 02-8 Silicone Joint Sealant Specification for Airfield Pavements 5 Sep 02 02-9 Construction Signs 15 May 02 02-10 Airblast Protection Retrofit of Lightweight Manufactured Structures (FOUO) 12 Jun 02 02-11 Small Arms Range Design and Construction Superseded by ETL 05-5 22 Nov 02 02-12 Communications and Information System Criteria for Air Force Facilities 27 Jun 020 02-13 Pavement Engineering Assessment Standards Superseded by ETL 04-9 5 Sep 02 02-14 Determining the Need for Runway Rubber Removal Superseded by ETL 04-10 4 Sep 02 02-15 Fire Protection Engineering Criteria - New Aircraft Facilities 3 Dec 02 02-16 Design, Construction, Maintenance, and Evaluation of the Pegasus Glacial Ice Runway for Heavy Wheeled Aircraft Operations 16 Oct 02 02-17 Use of Non-Potable Water to Replace Potable Water Superseded by ETL 08-10 25 Oct 02 02-19 Airfield Pavement Evaluation Standards and Procedures 12 Nov 02 03-1 Storm Water Construction Standards 24 Mar 03 03-2 Design Criteria for Prevention of Mold in AF Facilities Superseded by ETL 04-3 12 Aug 03 03-3 Air Force Carpet Standard Superseded by ETL 07-4 16 Apr 03 03-4 Alternate Fuels E85 and B20 21 Oct 03 03-5 Converting Civil Engineering Radio Frequency Devices to Narrowband Technology 21 Oct 03 03-8 Rejuvenation of Hot-Mix Asphalt (HMA) Pavements 19 Dec 03 04-2 Standard Airfield Pavement Marking Schemes 19 Jul 04 04-3 Design Criteria for Prevention of Mold in Air Force Facilities 6 Apr 04 04-4 Trenchless Technology (TT) for Crossing Air Force Pavements 31 Mar 04 04-5 Design Recommendations for Potable Water System Security (FOUO) 20 Aug 04 04-6 Inspection of Drainage Systems 8 Jan 04 04-7 C-130 and C-17 Landing Zone (LZ) Dimensional, Marking, and Lighting Criteria 29 Mar 04 04-8 Stone Matrix Asphalt (SMA) for Air Force Pavements Superseded by UFGS 32 13 17 9 Jan 04 04-9 Pavement Engineering Assessment (EA) Standards 29 Apr 04 04-10 Determining the Need for Runway Rubber Removal 12 May 04 04-11 Recommendations for Incorporating Water System Emergency Response Plan (ERP) Requirements (FOUO) 18 Oct 04 04-12 Energy Savings Performance Contracts (ESPC) Superseded by ETL 06-8 13 Oct 04 04-15 Electrical Safety Guidance Superseded by UFC 3-560-01 30 Sep 04 05-1 Use of Acrylic Diffusers with Metal Halide Fixtures 5 Feb 05 05-2 Design, Construction, Maintenance, and Evaluation of the McMurdo Sound Sea Ice Runway for Heavy Wheeled Aircraft Operations Superseded by ETL 06-7 6 Jun 05 05-5 Small Arms Range Design and Construction Superseded by ETL 06-11 8 Nov 05 05-8 Use of Off-the-Shelf Concrete Admixtures as Cold Weather Admixture System 4 Nov 05 06-1 Arc Flash Personal Protective Equipment (PPE) Requirements for High-Voltage Overhead Line Work at 69 kV (nominal) or Less Superseded by ETL 06-9 5 Jan 06 06-2 Alkali-Aggregate Reaction in Portland Cement Concrete (PCC) Airfield Pavements 9 Feb 06 06-4 Expedient Trim Pad Anchoring Systems 8 May 06 06-6 Interim Swaged End Inspection Criteria for Aircraft Arresting System (AAS) Pendants 16 Jun 06 06-7 Design, Construction, Maintenance, and Evaluation of the McMurdo Sound Sea Ice Runway for Heavy Wheeled Aircraft Operations Superseded by ETL 07-12 1 9 Jul 06 06-8 Energy Savings Performance Contracts (ESPC) Superseded by ETL 08-5 19 Sep 06 06-9 Arc Flash Personal Protective Equipment (PPE) Requirements for High-Voltage Overhead Line Work at 69 kV (nominal) or Less 15 Aug 06 06-11 Small Arms Range Design and Construction Superseded by ETL 08-11 28 Nov 06 07-1 Design Criteria for Underground Electrical Distribution Systems Using Directional Boring (DB) Installation Methods for Installing High Density Polyethylene Electrical Conduit 9 Feb 07 07-2 Anchoring a Fiberglass Mat Assembly in Asphalt Concrete (AC) Pavement 19 Dec 07 07-3 Jet Engine Thrust Standoff Requirements for Airfield Asphalt Edge Pavements 14 Feb 07 07-4 Air Force Carpet Standard 28 Mar 07 07-5 Bridge Inspections 18 Apr 07 07-6 Risk Assessment Procedure for Recycling Portland Cement Concrete (PCC) Suffering from Alkali-Silica Reaction (ASR) in Airfield Pavement Structures 14 Aug 07 07-7 Compact Fluorescent Lamp (CFL) Applications (FOUO) 6 Nov 07 07-8 Spall Repair of Portland Cement Concrete (PCC) Airfield Pavements in Expeditionary Environments 27 Jul 07 07-10 Evaluation and Restoration of Folded Fiberglass Mats (FFM) 19 Dec 07 07-11 Evaluation of Aged Asphalt Concrete Surfaces Superseded by ETL 08-1 5 Sep 07 07-12 Design, Construction, Maintenance, and Evaluation of the McMurdo Sound Sea Ice Runway for Heavy Wheeled Aircraft Operations 24 Sep 07 08-1 Evaluation Criteria for Aged Asphalt Concrete (AC) Surfaces 8 Feb 08 08-2 Testing Protocol for Rigid Spall Repair Materials 30 Jan 08 08-3 Crater Repair Methods Using Rapid-Setting (RS) Materials (FOUO) 4 Apr 08 08-4 Testing Protocol for Polymeric Spall Repair Materials 10 Apr 08 08-5 Energy Savings Performance Contracts (ESPC) 14 Apr 08 08-6 Design of Surface Drainage Facilities 5 Feb 08 08-10 Alternative Water Sources - Use of Non-Potable Water 10 Jul 08 08-11 Small Arms Range Design and Construction 20 Oct 08 08-13 Incorporating Sustainable Design and Development (SDD) and Facility Energy Attributes in the Air Force Construction Program 14 Sep 08 08-14 Structural Evaluation Procedure for Stabilized Soil-Surfaced Airfields 28 Aug 08 08-15 Utilities Privatization (UP) Service Contract Post-Award Management 1 14 Sep 08
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8571-12-R-0004/listing.html)
 
Place of Performance
Address: Warner Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02891863-W 20120922/120921001450-c9ffefa02422b754f86f95c51b7abe01 (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.