SOLICITATION NOTICE
J -- TF33 2nd, 3rd, 4th Stage Turbine Blade Repair - Combined Synopsis/Solicitation Attachments
- Notice Date
- 10/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA810013R0002
- Point of Contact
- Herbert G Duncan, Phone: 405-582-1836
- E-Mail Address
-
herbert.g.duncan@tinker.af.mil
(herbert.g.duncan@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Exhibit C CDRL Exhibit B CDRL Exhibit A CDRL Appendix C Safety Excel GFP Appendix B GFP Wage Determination Quality Assurance Surveillance Plan (QASP) Packaging Performance Work Statment (PWS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Contractor is required to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein. SIGNATURE OF OFFEROR/CONTRACTOR __________________ Date Signed ________ NAME AND TITLE OF SIGNER (Type or Print) _______________________________________________ Type of contract to be awarded: Firm Fixed Price (FFP) Requirements Contract Offer must provide Unit Price and Estimated Total Price for Contract Line Item Numbers (CLINs) listed within SUPPLIES OR SERVICES AND PRICES/COSTS. Offer must provide Total Proposed Price calculated as the sum of the Basic Year, Option Year I and Option Year II. The Total Proposed Price must be calculated as the sum of the CLINs as defined in the Combined Synopsis/Solicitation. Basic Year: $ Option Year I: $ Option Year II: $ Total Proposed Price: $ SOLICITATION NUMBER FA8100-13-R-0002 Solicitation is issued as a Request for Proposal (RFP) REQUISITION NUMBER FD203012R40305 NAICS: 336412 Small Business Size Standard: 1000 The offer in response to this RFP must be submitted to the Contracting Officer on or before 4:00PM Central Standard Time, 10 October 2012. DEPARTMENT OF THE AIR FORCE, AFSC/PZIEC 3001 STAFF DR STE 2Q77 TINKER AFB OK 73145-3303 BUYER: Herbert G. Duncan/PZIEC herbert.g.duncan@tinker.af.mil Phone: (405) 582-1836 Fax: (405) 734-1142 No Collect Calls PAYMENT WILL BE MADE BY (SEE ESP CLAUSE 252.232-7003.) CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER. SEE ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, CLAUSE 252.232-7003. Subject to the terms and conditions stated herein, the Contractor agrees to hold its offered prices firm for 90 days. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. SOLICITATION INCORPORATES BY REFERENCE FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards and FAR 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ATTACHED. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ATTACHED. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. ITEM 0001 NOUN: TF33 2nd Stage Turbine Blade Set; FIT/FORM/FUNCTION: ENGINE: TF33; AIRCRAFT: E-3, B52, E-8C, KC135E; Component of the TF33 Engine Turbine Section; FUNCTION: The blades supply stage compressed air as part of an axial flow compression system. PREDOMINANT MATERIAL OF MANUFACTURER: Cobalt Alloy ITEM 0002: NOUN: TF33 3rd Stage Turbine Blade Set; FIT/FORM/FUNCTION: ENGINE: TF33; AIRCRAFT: E-3, B52, E-8C, KC135E; Component of the TF33 Engine Turbine Section; FUNCTION: The blades supply stage compressed air as part of an axial flow compression system. PREDOMINANT MATERIAL OF MANUFACTURER: Nickel Alloy; ITEM 0003: NOUN: TF33 4th Stage Turbine Blade Set; FIT/FORM/FUNCTION: ENGINE: TF33; AIRCRAFT: E-3, B52, E-8C, KC135E; Component of the TF33 Engine Turbine Section; FUNCTION: The blades supply stage compressed air as part of an axial flow compression system. PREDOMINANT MATERIAL OF MANUFACTURER: Nickel Alloy; ITEM 0004: Data (Not Separately Priced (NSP)) The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Qualification requirements: Sources must be qualified prior to being considered for award. Flight Support Inc. (FSI) is the only approved source for accomplishing this repair process. Sources must be qualified for the full repair in order to process subject turbine blades for laser weld to ensure the integrity of the part throughout the entire repair process. Qualification requirements are available for this acquisition through the Source Development Office. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Please contact: OC-ALC/SB, ATTN: Source Development Office, 3001 Staff Dr Ste 1AG85A, Tinker AFB OK 73145-3009 in writing for further information concerning the source approval process. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No telephone requests. Hard copies of the solicitation will not be sent from this office. Questions concerning this combined synopsis/solicitation can be directed to Herb Duncan at (405) 582-1836, or email Herbert.g.duncan@tinker.af.mil. Qualified Source: Flight Support Inc. (FSI); Cage Code: 5N403. SCD:B This contract is for Laser Cladder repair of the TF-33 2nd, 3rd, and 4th Stage Turbine Blades in accordance with (IAW) the Performance Work Statement (PWS). The Government plans to award a Best Estimated Quantity (BEQ) requirements contract for the supplies or services specified in the schedule. The contractor shall furnish all required labor, facilities, equipment and materials necessary to accomplish the repair, testing, packing, preservation and packaging, and return to the Government in a completely serviceable condition, the items of Air Force property as specified in the schedule IAW the PWS. In no instance will the contractor perform work under this contract, which would obligate the Government in excess of funds obligated by this contract and any modification thereto. NOTES: 1. Some units of items listed in the schedule may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the PWS and/or Technical Orders. Any cost for work performed by the contractor, prior to determination that such item(s) is/are beyond repairable limits, shall be included in the unit price(s) of the listed item(s). CONDEMNED UNITS WILL NOT BE COUNTED AS PRODUCTION. 2. GOVERNMENT PROPERTY FURNISHED FOR REPAIR (IAW far 16.503(c)) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as "estimated" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. ______________________________________________________________________________________ SUPPLIES OR SERVICES AND PRICES/COSTS REPAIR TF-33 2nd STAGE TURBINE BLADES IAW PWS Item No. 0001 Firm Fixed Price Best Estimated Qty U/I Unit Price Amount SE GROUP STOCK NO P/N CAGE Group 001 Input 2840-00-439-9237 RV 419142 2840-00-529-6202 RV 410035 And/Or GROUP STOCK NO P/N CAGE Group 001 Output 2840-00-439-9237 RV 419142 2840-00-529-6202 RV 410035 And/Or NSN: 2840-00-529-6202 RV 2nd Stage Turbine Blade 2 BLADE SET AND 54 SETS ARE USED PER ENG. BLADES ARE MADE FROM NICKEL BASE MATERAL PER SPEC PWA655 AND INCORPORATE COBALT ALLOY HARDFACING ON THE INNER PLATFORM FRONT LUG FACE PER SPEC PWA53-16. APPL TF33P3/5/7A/9/100A LST ROTORS SVC: J028 Manufacturer Part Number 77445 410035 99160 410035 Associated Document(s) Line Item(s) FD20301240305 0001 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring ISO 9001-2000 24AUG2006 IAW PWS ______________________________________________________________________________________ Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. + FY2104 ORIGIN Type / Ship To PACRN Mark For + FY2104 CONDITION CODE D/NON-ACCOUNTABLE/CP: 405-739-5290 POC: MITCH SALVO Latest Cost Amount: $1,195.37 MARK FOR: Condition Code D Non-Accountable POC: Mitchel Salvo Phone: (405) 739-5290 REPAIR TF-33 2nd STAGE TURBINE BLADES - BASIC YEAR Item No. 0001AA Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 4,350 SE SEE CLIN 0001 Associated Document(s) Line Item(s) FD20301240305 0001AA Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 4,350 SE *15 Calendar Days Proposed Delivery + FY2104 4,350 SE * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 363 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 363 SETS PER MONTH. REPAIR TF-33 2nd STAGE TURBINE BLADES - OPTION YEAR I Item No. 0001AB Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 4,806 SE SEE CLIN 0001 Associated Document(s) Line Item(s) FD20301240305 0001AB Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 4,806 SE *15 Calendar Days Proposed Delivery + FY2104 4,806 SE * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 401 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 401 SETS PER MONTH. REPAIR TF-33 2nd STAGE TURBINE BLADES - OPTION YEAR II Item No. 0001AC Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 5,661 SE SEE CLIN 0001 Associated Document(s) Line Item(s) FD20301240305 0001AC Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 5,661 SE *15 Calendar Days Proposed Delivery + FY2104 5,661 SE * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 472 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 472 SETS PER MONTH. REPAIR 3rd STAGE TURBINE BLADES Item No. 0002 Firm Fixed Price Best Estimated Qty U/I Unit Price Amount SE GROUP STOCK NO P/N CAGE Group 001 Input 2840-00-439-9249 RV 410036 2840-01-099-1805 RV 781777 And/Or GROUP STOCK NO P/N CAGE Group 001 Output 2840-00-439-9249 RV 410036 2840-01-099-1805 RV 781777 And/Or NSN: 2840-01-099-1805 RV 3rd STAGE BLADE SET,COMPRESSO 2 BLADE SET AND 54 SETS ARE USED PER ENG. BLADES ARE MADE FROM NICKEL BASE MATERAL PER SPEC PWA655 AND INCORPORATE COBALT ALLOY HARDFACING ON THE INNER PLATFORM FRONT LUG FACE PER SPEC PWA53-16. APPL TF33P3/5/7A/9/100A LST ROTORS SVC: J028 Manufacturer Part Number 52661 781777 77445 781777 Associated Document(s) Line Item(s) FD20301240305 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring ISO 9001-2000 24AUG2006 IAW PWS ______________________________________________________________________________________ Latest Cost Amount: $383.59 Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. + FY2104 ORIGIN MARK FOR: Condition Code D Non-Accountable POC: Mitchel Salvo Phone: (405) 739-5290 REPAIR 3rd STAGE TURBINE BLADES - BASIC YEAR Item No. 0002AA Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 4,200 SE Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 4,200 SE *15 Calendar Days Proposed Delivery + FY2104 4,200 SE ** DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 350 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 350 SETS PER MONTH. REPAIR 3rd STAGE TURBINE BLADES - OPTION YEAR I Item No. 0002AB Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 4,632 SE Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 4,632 SE *15 Calendar Days Proposed Delivery + FY2104 4,632 SE * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 386 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 386 SETS PER MONTH. REPAIR 3rd STAGE TURBINE BLADES - OPTION YEAR II Item No. 0002AC Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 5,442 SE SEE CLIN 0002 Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 5,442 SE *15 Calendar Days Proposed Delivery + FY2104 5,442 SE * * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 454 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 454 SETS PER MONTH. REPAIR 4th STAGE TURBINE BLADES Item No. 0003 Firm Fixed Price Best Estimated Qty U/I Unit Price Amount SE GROUP STOCK NO P/N CAGE Group 001 Input 2840-00-987-3757 RV 476624, 517724 GROUP STOCK NO P/N CAGE Group 001 Output 2840-00-987-3757 RV 476624, 517724 NSN: 2840-00-987-3757 RV 4th STAGE TURBINE BLADE SET,COMPRESSO Nickel Alloy, approximate size 10.00" x 2.00" SVC: J028 Manufacturer Part Number 52661 476624 Associated Document(s) Line Item(s) FD20301240305 0003 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring ISO 9001-2000 24AUG2006 IAW PWS ___________________________________________________________________________________ Latest Cost Amount: $1,257.90 Buy American Act/Balance of Payments Program Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. + FY2104 ORIGIN MARK FOR: Condition Code D Non-Accountable POC: Mitchel Salvo Phone: (405) 739-5290 REPAIR 4th STAGE TURBINE BLADES - BASIC YEAR Item No. 0003AA Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 2,000 SE Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 2,000 SE *15 Calendar Days Proposed Delivery * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 167 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 167 SETS PER MONTH. REPAIR 4th STAGE TURBINE BLADES - OPTION YEAR I Item No. 0003AB Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 2,320 SE Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 2,320 SE *15 Calendar Days Proposed Delivery + FY2104 2,320 SE * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 193 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 193 SETS PER MONTH. REPAIR 4th STAGE TURBINE BLADES - OPTION YEAR II Item No. 0003AC Firm Fixed Price Best Estimated Qty U/I Unit Price Amount 2,920 SE Type / Ship To Quantity (U/I) *ARO Funded Order or Reparable Assets, Whichever is Later Required Delivery + FY2104 2,920 SE *15 Calendar Days Proposed Delivery + FY2104 2,920 SE * DELIVERY SCHEDULE INFORMATION: MONTHLY BEST ESTIMATED QUANTITY (BEQ) DELIVERY SHALL BE 15 CALENDAR DAYS AFTER RECEIPT OF (ARO) FUNDED ORDER OR REPARABLE ASSETS, WHICHEVER IS LATER, AT A RATE OF 243 SETS PER MONTH AND CONTINUE AT THAT RATE PER MONTH THEREAFTER UNTIL DELIVERIES ARE COMPLETED. NOTWITHSTANDING THE FREQUENCY OF ORDERS, THE CONTRACTOR SHALL NOT BE REQUIRED TO DELIVER MORE THAN 243 SETS PER MONTH. DATA Item No. 0004 Quantity U/I Unit Price Amount LO Not Separately Priced Not Separately Priced IN ACCORDANCE WITH THE REQUIREMENTS SET FORTH ON THE DD FORM 1423 (EXHIBITS A, B, AND C) ATTACHED AND MADE A PART HEREOF. Inspection: Destination Acceptance: Destination Exhibits: A, B, C Quality Assurance: Inspection IAW DD 1423 Delivery Information: The delivery schedule for this line item shall be in accordance with the DD Form 1423. DATA - BASIC YEAR Item No. 0004AA Not Separately Priced SAME AS CLIN 0004 ABOVE - BASIC (YEAR ONE) EXHIBIT A Exhibit: A DATA - OPTION I Item No. 0004AB Quantity U/I Unit Price Amount Not Separately Priced SAME AS CLIN 0004 ABOVE - OPTION I (YEAR TWO) EXHIBIT B. Exhibit: B DATA - OPTION II Item No. 0004AC Not Separately Priced SAME AS CLIN 0004 ABOVE - OPTION II (YEAR THREE) EXHIBIT C. Exhibit: C SHIP TO / PLACE OF PERFORMANCE TYPE/CODE: + FY2104 OC-ALC 547 PMXS/MXDTAB BLDG 3221 ENTRANCE ROAD DOOR 37 Tinker AFB OK 73145-3303 MARK FOR: (See Individual Line Item) REQUISITION NUMBER: (See Individual Line Item) REQUISITION PRIORITY: (See Individual Line Item) CONTRACT CLAUSES 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (IAW FAR 12.301(b)(4)) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __X __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). __X __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __X __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __X __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). __X __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __X __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __X __ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011)(15 U.S.C. 637(d)(4)). __X __ (15) (iii) Alternate II (Oct 2001) of 52.219-9. __X __ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __X __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __X __ (26) 52.222-3, Convict Labor (June 2003)(E.O. 11755). __X __ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X __ (29) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). __X __ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __X __ (31) 52.222-36, Affirmative Action For Workers with Disabilities (Oct 2010)(29 U.S.C. 793). __X __ (32) 52.222-37, Employment Reports on Veterans (Sep 2010)(38 U.S.C. 4212). __X __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __X __ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). __X __ (42) 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). __X __ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31.U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __X __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __X __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 20106) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, 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)). 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 paragraphs (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012) (IAW DFARS 212.301(f)(iii)) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement provision of law applicable to acquisitions of commercial items or components. __X __ 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. __X __ (1) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). __X __ (2) 252.203-7003 Agency Office of the Inspector General (SEP 2012) (section 6101 of Pub. L. 110-252, 41 U.S.C. 3509). __X __ (3) 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). __X __ (4) 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) (JUN 2012) (15 U.S.C. 637). __X __ (6)(i) 252.225-7001 Buy American and Balance of Payment Program (JUN 2012) (41 U.S.C. 10a-10d, E.O. 10582). __X __ (9) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2012) (10 U.S.C. 2533a). __X __ (19) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). _ X __ (23) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). _ X __ (24) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (Section 1092 of Pub. L. 108-375) __X __ (26) 252.243-7002 Requests For Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data-Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). ADDENDUM TO CLAUSE 52.212-4 5352.201-9101 OMBUDSMAN (APR 2010) (IAW AFFARS 5301.9103) (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, OC-ALC/PKC at 405 736 -3273, FAX 000 000 -0000, email. 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. (Applicable to all solicitations and contracts) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) (IAW DFARS 203.970) (Applicable to all solicitations and contracts) (Applicable in lieu of FAR clause 52.204-7 and DFARS clause 252.204-7004, except for awards where the Government purchase card is used as the method of payment) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) (IAW DFARS 204.7304) (Applicable to all solicitations and contracts) 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995) (IAW FAR 9.206-2) (b) Item No Agency Name/Address 0001 OC-ALC/SB ATTN: SOURCE DEVELOPMENT OFFICE 3001 STAFF DR STE 1AG85A TINKER AFB, OK 73145-3009 0002 OC-ALC/SB ATTN: SOURCE DEVELOPMENT OFFICE 3001 STAFF DR STE 1AG85A TINKER AFB, OK 73145-3009 0003 OC-ALC/SB ATTN: SOURCE DEVELOPMENT OFFICE 3001 STAFF DR STE 1AG85A TINKER AFB, OK 73145-3009 (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided. Offeror's Name _____________________________ Manufacturer's Name ________________________ Source's Name _____________________________ Item Name _________________________________ Service Identification _________________________ Test Number _______________________________ (to the extent known) (Applicable when the acquisition is subject to a qualification requirement) 52.211-8 TIME OF DELIVERY (JUN 1997) (IAW FAR 11.404(a)(2)) DELIVERY FOR EACH ITEM IS ANNOTATED IN THE SCHEDULE (PART I SECTION B) UNDER EACH LINE ITEM. (Applicable when the Government desires delivery by a certain time but requires delivery by a specified later time, and the delivery schedule is to be based on the date of the contract) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) (IAW DFARS 211.274-6(a), DFARS 212.301(f)(vi)) (a) Definitions. As used in this clause- "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid/equivalents.html. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item Number Item Description *Items less than $5000, which require UID, will be specifically identified in the schedule. See Schedule as Applicable (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number (See Schedule as Applicable). (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (Applicable when delivery of one or more "items" as defined at 252.211-7003(c) is required) 252.211-7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY (AUG 2012) (IAW DFARS 211.274-6(B)) (Applicable when FAR 52.245-1, Government Property, is used) 52.216-19 ORDER LIMITATIONS (OCT 1995) (IAW FAR 16.506(b)) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than quantity of 1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of UNLIMITED; (2) Any order for a combination of items in excess of UNLIMITED; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (Applicable to all orders issued hereunder) 52.216-21 REQUIREMENTS (OCT 1995) (IAW FAR 16.506(d)(1)) (f) the Contractor shall not be required to make any deliveries under this contract after TWELVE (12) MONTHS BEYOND THE EXPIRATION OF THE ORDERING PERIOD UNLESS OTHERWISE AGREED BY THE PARTIES. (Applicable to all orders issued hereunder) 52.216-21 REQUIREMENTS -- ALTERNATE I (APR 1984) (IAW FAR 16.506(d)(2)) (Applicable to all orders issued hereunder) 252.216-7006 ORDERING (MAY 2011) (IAW DFARS 216.506(a)) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from THE EFFECTIVE DATE OF THE CONTRACT TO ONE (1) YEAR THEREAFTER FOR THE BASIC YEAR. IF APPLICABLE, ANY OPTIONS THAT ARE EXERCISED WILL EXTEND THE CONTRACT ORDERING PERIOD BY TWELVE (12) MONTHS EACH. (Applicable to solicitations and contracts when a definite-quantity contract, a requirements contract, or an indefinite-quantity contract is contemplated) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (IAW FAR 17.208(g)) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 DAYS PRIOR TO CONTRACT EXPIRING ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 MONTHS. (Applicable when the Government gives the contractor a preliminary written notice of its intent to extend the contract, or an extension of the contract includes an extension of the option, or a there is a specified limitation on the total duration of the contract) THE FOLLOWING IS FILL-IN DATA FOR CLAUSE 52.212-5 PARA (b)(19): 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________. [Contractor to sign and date and insert authorized signer's name and title]. 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) (IAW FAR 22.103-5(a), AFFARS 5322.101-1) (IAW FAR 22.101-1(e), Applicable when the head of the contracting activity designates programs or requirements for which it is necessary that contractors be required to notify the Government of actual or potential labor disputes that are delaying or threaten to delay the timely contract performance (see 22.103-5(a)). THE FOLLOWING IS FILL-IN DATA FOR CLAUSE 52.212-5 PARA (c)(2): 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Aircraft Mechanic Helper WG7 20.90 32.85% Aircraft Mechanic WG10 25.79 32.85% 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (JUN 2012) (IAW DFARS 225.1101(3)) (Applicable if one of the following clauses are included: DFARS 252.225-7001, 252.225-7021 or 252.225-7036) 52.229-4 FEDERAL, STATE, AND LOCAL TAXES (STATE AND LOCAL ADJUSTMENTS) (APR 2003) (IAW FAR 29.401-3(b)) (Applicable when the simplified acquisition threshold is exceeded and fixed-price noncompetitive, and performed wholly or partly within the United States, its possessions or territories, Puerto Rico or the Northern Mariana Islands) 52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS (JUN 2010) (IAW FAR 30.201-4(d)(1)) (Applicable when either clause FAR 52.230-2, 52.230-3, 52.230-4, or 52.230-5 are incorporated) 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) (IAW DARS Tracking # 2012-O0014) (Applicable to all solicitations and resultant contracts) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (IAW DFARS 232.7004(b), PGI 232.7004(b)(1)) (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. __________________Origin______________________________________________ (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: TBD Issue By DoDAAC: FA8100 Admin DoDAAC: FA8100 Inspect By DoDAAC: TBD Ship To Code: FY2104 Ship From Code: N/A Mark For Code: N/A Service Approver (DoDAAC): N/A Service Acceptor (DoDAAC): N/A Accept at Other DoDAAC: N/A LPO DoDAAC: N/A DCAA Auditor DoDAAC: N/A Other DoDAAC(s): N/A (*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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________jimmy.horton@tinker.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. ________________jimmy.horton@tinker.af.mil____________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (Applicable when 252.232-7003 is used and neither 232.7003(b) nor (c) apply) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102) (Applicable to all solicitations and contracts over the micro-purchase threshold issued hereunder) ACCOUNTING AND APPROPRIATION DATA (AUG 1998) Accounting and Appropriation Chargeable ACRN Funds Citation Amount Chargeable AA TO BE CITED ON EACH INDIVIDUAL ORDER $0.00 ACRN TOTAL $ 0.00 52.245-1 GOVERNMENT PROPERTY - ALTERNATE I (APR 2012) (IAW FAR 45.107(a)(2), DFARS 237.7003(c), DFARS 245.107(6)) 52.245-1 BASIC AGREEMENT APPLICABILTY (JUN 2007) (IAW FAR45.107(a)(2)) 52.245-9 USE AND CHARGES (APR 2012) (IAW FAR 45.107(c)) 252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY (APR 2012)(IAW DFARS 245.107(2)) 252.245-7002 REPORTING LOSS OF GOVERNMENT PROPERTY (APR 2012) (IAW DFARS 245.107(3)) 252.245-7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION (APR 2012) (IAW DFARS 245.107(4)) 252.245-7004 REPORTING, REUTILIZATION, AND DISPOSAL (APR 2012) (IAW DFARS 245.107(5)) IDENTIFICATION OF GOVERNMENT-FURNISHED PROPERTY (SEP 1998) (IAW FAR 45.201(a)) Pursuant to the Government Property clause herein, the Government shall furnish the item(s) of material or property listed below as Government-Furnished Property (GFP) to the Contractor for use in performance of this contract. Requisitioning documentation for the GFP will be prepared by the Contractor. Item No NSN Noun Part No Quantity 0001 SEE SCHEDULE 0002 SEE SCHEDULE 0003 SEE SCHEDULE (Applicable when material will be furnished by the Government) 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (FEB 1999) (IAW FAR 46.311, DFARS 246.202-4(1)) The Contractor shall comply with the higher-level quality standard selected below. [If more than one standard is listed, the offeror shall indicate its selection by checking the appropriate block.]* Title Number Date Tailoring *See Individual Line Item Schedule (Applicable only if specified in the individual order/call issued hereunder) 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) (IAW FAR 46.316) (Applicable to the furnishing of supplies, services involving the furnishing of supplies, or research and development, when a fixed-price contract is contemplated and the contract amount is expected to exceed the simplified acquisition threshold) INSPECTION AND ACCEPTANCE (SEP 1999) (IAW FAR 46.401(b), FAR 46.503) (Applicable to all orders issued hereunder) Government Contract Quality Assurance Inspection and Acceptance will be at (Final): [CONTRACTOR FILL-IN] Item No(s): See schedule for items with the following code(s) listed below : Inspection Code and Address: Government Contract Quality Assurance Inspection and Acceptance will be at destination(s) specified herein (Final). Item No(s): 0004 LIST OF DOCUMENTS, EXHIBITS OR ATTACHMENTS Form Number Description/File Name Date Number of Pages ATTACHMENT 1 Attachment1PWS.pdf PerformanceWorkStatement 12MAY2012 8 ATTACHMENT2 Attachment2Pack.pdf Packaging 26APR2012 1 ATTACHMENT3 Attachment3QASP.pdf Quality Assurance Surveillance Plan 03MAY2012 3 ATTACHMENT 4 Attachment4SGFP Schedule Govt Furnished Property 28SEP2012 1 ATTACHMENT 5 Attachment5WD053027 13JUN2012 9 APPENDIXB AppendixB.pdf Government Furnished Property 21MAY2012 3 APPENDIXC Safety 28MAR2012 4 EXHIBIT A ExhibitA.pdf CDRL 04MAY2012 16 EXHIBIT B ExhibitB.pdf CDRL 04MAY2012 16 EXHIBIT C ExhibitC.pdf CDRL 04MAY2012 16 SOLICITATION PROVISIONS REPRESENTATIONS, INSTRUCTIONS AND EVALUATIONS 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2012) (IAW FAR 12.301(b)(2)) (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (l)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certification 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 representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Check all that apply. (1) [ ] is, [ ] is not a small business concern. (2) [ ] is, [ ] is not a veteran-owned small business concern. (3) [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) [ ] is, [ ] is not a small disadvantaged business concern. (5) [ ] is, [ ] is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) 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 [ ] is, [ ] 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 [ ] is, [ ] 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 [ ] is, [ ] 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) [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 or 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 a 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)(10)(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: _______________________________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It [ ] 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 changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ____________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) [ ] has, [ ] has not participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation; and (ii) [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) [ ] has developed and has on file, [ ] has not developed and does not have on file, (ii) [ ] has not previously had contracts subject to the written affirmative action programs requirement (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act--Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: Line Item No. Country Of Origin _______________ __________________ _______________ __________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act--Free Trade Agreement-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreement--Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country Of Origin _______________ __________________ _______________ __________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreement--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country Of Origin _______________ __________________ _______________ __________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreement--Israeli Trade Act": Canadian End Products: Line Item No. _______________ _______________ [List as necessary] (3) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreement--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 America 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 (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; (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 criminal tax laws, or receiving stolen property; (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) [ ] Have, [ ] 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. section 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 appear 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. section 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. section 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. section 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 (j)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor; unless excluded at 22.1503(b).] (1) Listed End Products. Listed End Product Listed Countries of Origin _______________ __________________ _______________ __________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (j)(1) of this provision, then the offeror must certify to either (j)(2)(i) or (j)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (j)(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 (j)(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.) (1) [ ] Maintenance, calibration, or repair of certain equipment as 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 (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [ ] Certain services as described in FAR 22.1003-4(d)(1). The 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. (Applicable to the acquisition of commercial items) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (APR 2011) (IAW FAR 12.301(b)(2)) As prescribed in 12.301(b)(2), add the following paragraph (c)(12) to the basic provision: (c)(12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(8) 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 form India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). Individual/concern, other than one of the preceding. (Applicable to solicitations issued by DoD, NASA, or the Coast Guard) ADDENDUM TO PROVISION 52.212-1 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (IAW DFARS 203.171-4(b)) (Applicable to all solicitations, including solicitations for task and delivery orders) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (IAW DFARS 204.7109(b)) (Applicable to solicitations for commercial item and initial provisioning spares) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (IAW FAR 9.104-7(b)) (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (Applicable to solicitations when the contract is expected to exceed $500,000) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (IAW DARS Tracking Number:2012-O0004) (a) In accordance with section 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (Applicable to all solicitations using funds made available by Division A of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), including acquisitions for commercial items) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) (IAW FAR 17.208(c)) (Applicable when an option clause is included, and is not to be exercised at the time of contract award) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN--REPRESENTATION AND CERTIFICATION (NOV 2011) (IAW FAR25.1103(e)) (Applicable to all solicitations) 252.225-7000 BUY AMERICAN STATUTE--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) (IAW DFARS 225.1101(1)(i)) (c) Certifications and identification of country of origin. (2) The Offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products; i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product:: Line Item Number Country of Origin (If known) (Applicable in solicitations with intended performance outside the United States and Canada over $12.5 million) (Applicable to solicitations for contracts subject to CAS, as specified in 48 CFR 9903.201
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810013R0002/listing.html)
- Record
- SN02907481-W 20121005/121003234357-d3cf9aafcc9f0f6952c650f4058f8588 (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 |