Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOLICITATION NOTICE

99 -- Promotional Items for Recruiting and Retention - Solicitation

Notice Date
5/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323111 — Commercial Printing (except Screen and Books)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Missouri, 7101 Military Circle, Jefferson City, Missouri, 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-16-R-0001
 
Archive Date
6/2/2016
 
Point of Contact
Justin Paul Wise, Phone: 5736389575, Forrest A. Hancock, Phone: 573-638-9632
 
E-Mail Address
justin.p.wise2.mil@mail.mil, forrest.a.hancock.mil@mail.mil
(justin.p.wise2.mil@mail.mil, forrest.a.hancock.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation - W912NS-16-R-0001 This is a combined synopsis/solicitation for promotional items used in the recruiting and retention of Missouri National Guard Soldiers. This requirement requires first article of approval (see clause) before production and is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). For a full description of the requirement, please see the attached solicitation: number W912NS-16-R-0001 These are the items being requested. See the purchase description in the attached solicitation and read it carefully before placing a quote. Please use the attached solicitation (SF 1449) to submit as your proposal by the due date and time annotated on this solicitation. Email all questions and proposals to justin.p.wise2.mil@mail.mil. Questions will not be allowed after 10 May 2016. An ammendment of this solicitation answereing all questions will be posted on 11 May 2016 and no further questions will be allowed. Point of Contact is CPT Justin P. Wise @ justin.p.wise2.mil@mail.mil or 573-638-9575. NOTE: CLIN 0011 and CLIN 0005 (OCP Tactical Back Packs) are identical requests and are only separate for accounting purposes. Please treat them as two separate CLINs. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1,000 Each COOLERS FFP COOLERS - RRPI - Retention item description and quantity 38 QT Roller Cooler with Handle. Cup holders in lid. Color: Blue. Logo: Both Sides. Logo Color: Red-White. Logo size: 6 ¼" L x 4" H. SEE PURCHASE DESCRIPTION 38 QT roller cooler with handle. 4 - Cup holders in top. Blue base with white lid. Logo to be 6 ¼" L x 4" H and printed on both sides of cooler. Logo color to be Red White and Blue. Screen printed or sticker. Missouri Army National Guard Logo to be provided by Missouri Army National Guard Marketing Department SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819368-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1,000 Each DELUXE HOUSEHOLD TOOL SET FFP DELUXE HOUSEHOLD TOOL SET - RRPI - Retention item description and quantity 129 piece tool kit set in a blow-molded case. The 129 piece tool kit set contains 8" crimping tool with wire cutter all housed in a blow-molded case. 20-bits, 8 metric and 8 imperial hex key wrenches, hammer, knife, 8" level, 4-precision screwdriver, PVC tape, 80 fastener kit, 6" diagonal pliers, 6" needle nose pliers, screwdriver handle, 6" adjustable wrench. 2.25" D x 8.875" W x 10.625" H. Missouri Army National Guard Logo to be provided by Missouri Army National Guard Marketing Department Size: 2.25" D x 8.875" W x 10.625" H. Logo Printed on Top of case. Screen print or Sticker. Logo Size: 4" T x 4 ½" W. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819368-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1,000 Each TECH TRAVEL CHARGING SET FFP TECH TRAVEL CHARGING SET - RRPI - Retention item description and quantity Tech Travel Charging Sets with Power bank and AC wall charger. Tech Travel Charging Set with Power bank and AC wall charger. Size: 6" L x 4" W x 1 1/2" H. Screen printed or sticker logo on top center of charger in 4 colors-red, white and blue. Includes 2,200mAh power bank, MICRO USB charging cord, AC wall charger with 1A output and USB Car charger with 1A output. Charger logo on center in 3 color to match case logo. 3/4"x5/16". Complies with FCC, RoHS. Missouri Army National Guard Marketing Dept to provide the logo. Size: 6" L x 4" W x 1 1/2" H. Case Logo: Centered on top of case. Logo Size: 2" H x 3" W. Logo color: 3 Color. Charger logo: Centered on charger. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819368-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 2,500 Each WARTHOG FOLDER, SERRATED KNIFE FFP WARTHOG FOLDER, SERRATED KNIFE - RRPI - Retention item description and quantity Folding Serrated Knife with pocket clip. Size: Weight: blade length 3", open length 7.5625". blade thickness:.110. Weight: 30lb. Material: steel: 420 stainless steel. Blade type: folder. Lock style: side lock. Grind: hollow. handle material: G10 shape: warthog, HRC: 52-54 Folding Serrated Stainless Steel Knife with pocket clip. Size: blade length 3". open length 7.5625". Blade thickness:.110. Weight: 30lb. Material: steel: 420 stainless steel. Blade type: folder.Lock style: side lock.Grind: hollow.Handle material: G10. shape: warthog. Logo engraved on both sides of the blade. Logo provided by Missouri Army National Guard Marketing Dept. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819368-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1,200 Each OCP TACTICAL BACK PACKS FFP OCP TACTICAL BACK PACKS - RRPI - Retention item description and quantity Large expandable Tactical Back pack. Color: OCP/multicam. Size: 20 1/2" x 15" x 7 3/4" - 12 3/4". Constructed of 600 denier polyester; Multiple gear pockets and MOLLE loops; Organizer pocket; Side parachute clasps and easy-grip zipper; volume 3920 cubic inches; Logo to be embroidered on outside center of backpack in an OCP tone color. Logo size: 2 ¼" H x 3 ¾" W Large expandable Tactical Back pack. Size: 20 1/2" x 15" x 7 3/4" - 12 3/4". Main packing compartment constructed of 600 denier polyester, Multiple gear pockets and MOLLE loops; Organizer pocket; Side parachute clasps and easy-grip zipper; Volume -3920 cubic inches; Missouri National Guard logo to be embroidered on outside center of backpack in a OCP tone color. Logo size: 2 ¼" H x 3 ¾" W. Please insure backpacks do not have the wide waist band SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819368-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 450 Each 30-0Z RTIC TUMBLERS FFP 30-0Z RTIC TUMBLERS - RRPI - Retention item description and quantity 30 oz. Stainless steel, double wall vacuum insulated Tumbler with crystal clear lid. Logo: Screen printed both sides. SEE PURCHASE DESCRIPTION Logo color: Black. Logo Size: 1 1/4" H x 2" W. 30 oz. stainless steel, double wall vacuum insulated tumbler with clear lid. Logo to be screen printed on both sides, in black, 1 ¼" H x 2" W. Logo to be provided by Missouri Army National Guard Marketing Department FOB: Destination PURCHASE REQUEST NUMBER: 0010819368-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1,000 Each GOLF BALL CAP FFP GOLF BALL CAP - RRPI item description and quantity Recruiting Golf Style Ball Cap Style: unstructured, perforated back. 100 % Polyester dri fit. One size fits all. Color: Navy Blue. Linear Logo: printed on front-centered. Logo size; 1 ¼" T x 2" W. Logo Color: white. Nike Golf or Equal brand that meets or exceeds Specifications. Cap to be unstructured, Perforated back, 100% Polyester Dri-Fit material. One size fits all with adjustable band. Cap to be Navy blue with white tip. Logo to be embroidered in white on the front center of the cap. Logo size to be 1 ¼" T x 2" W. *Missouri Army National Guard Logo will be provided by Missouri Army National Guard Marketing Department. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 40,000 Each LANYARDS FFP LANYARDS - RRPI item description and quantity - Recruiting Polyester Dye Sublimated Lanyard with breakaway swivel clip. Size: ¾" wide x 36" Long. Color: Multicam/OCP pattern. Logo: Placed on both sides of the lanyard. Logo color: Black. Logo Size: 3/8" T x 6 ¾" long. Logo will run continuously along both sides of the lanyard. Screen printed. *Polyester Dye Sublimated Lanyard with swivel breakaway clip. Lanyard to be OCP/Multicam pattern color with black logo. Logo to be 3/8" T x 6 ¾" L. logo will be screen printed and to run continuously on both sides of the lanyard. Missouri National Guard Logo to be provided by Missouri Army National Guard Marketing Department SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 20,000 Each T-SHIRTS FFP T- SHIRTS. - RRPI item description and quantity - Recruiting QTY: 5,000 EA (XL) QTY: 10,000 EA (L) QTY: 2,500 EA (M) QTY: 2,500 EA (S) TOTAL: 20,000 EA T-Shirts Ringspun Cotton T-Shirt. Preshrunk.5.0 oz. or better. 65% Polyester 35 % Color: Olive drab/Vintage OD green. Logo to be on front of shirt. 1-800-GO GUARD to be centered below collar on back of shirt. Logo: up to 4 color. Logo Size Front:11" W x 15" T Logo Back: 2 ¼" T x 4 " W. 20,000 Ring spun Cotton, preshrunk T-shirt of 5 oz. or better weight. 65% Polyester-35% cotton. Olive drab/military green color. Up to 4 color screen printed imprint. Art on front and back. Front art will be up to 15" L x 11" W. Shirts will have National Guard logo 2 ¼" T x 4" W centered under the back collar. Shirts sizes are as follows: XL - 5000, L - 10000, M - 2500, S - 2500. Total: 20,000. Missouri Army National Guard Logo to be provided by Missouri Army National Guard Marketing Department. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 1,000 Each CINCH BAGS FFP CINCH BAGS - RRPI item description and quantity - Recruiting Drawstring Tote Cinch Sack Vynal or polypropylene material. Size: 15 ½" H x 12 ½" W. Color: OCP/Multicam. Stack Logo. Logo: placed on side. Logo Color: tone on tone. Logo Size: 4 ½" H x 8" W. Screen printed. 10,000 Drawstring Tote Cinch Sack Vynal or polypropylene material.Color to be: OCP/Multicam. Size of bag: 15 ½" H x 12 ½" W with stack logo screen printed in a tone on tone color on one side of the bag." Logo size to be 4 ½" H x 8" W. Missouri Army National Guard Marketing Department will provide the logo. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 1,200 Each OCP TACTICAL BACK PACKS FFP OCP TACTICAL BACK PACKS - RRPI item description and quantity - Recruiting Tactical Back Packs. Size 20 1/2" x 15" x 7 3/4" - 12 3/4". Color: OCP/Multicam. Stack Logo: printed in the center on outside back of pack. Logo color: tone on tone. Embroidered logo. 1,200 Tactical Back Packs with expandable main packing compartment; Constructed of 600 denier polyester; Multiple gear pockets and MOLLE loops; Organizer pocket; Side parachute clasps and easy-grip zipper; volume 3920 cubic inches. Size 20 1/2" x 15" x 7 3/4" - 12 3/4". Color: OCP/Multicam Logo to be provided by Missouri Army National Guard Marketing Department. Please insure backpacks do not have the wide waist band SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 3,600 Each CERAMIC LATTE COFFEE MUGS FFP CERAMIC LATTE COFFEE MUGS - RRPI item description and quantity - Recruiting 16 oz. Ceramic tall latte coffee mug with handle Color: Matte Black. Stack Logo: printed on both sides. Center of mug. Logo Color: 4 color. Logo Size: 1 ¼" T x 2" W. 3,600 16 oz. Ceramic, tall latte coffee mug with handle. Color: Matte Black with 4 color stack logo printed in the center, on both sides of the mug. Screen Printed. Logo Size: 1 ¼" T x 2" W. Logo to be provided by Missouri Army National Guard Marketing Department. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 20,000 Each WATER BOTTLES FFP WATER BOTTLES - RRPI item description and quantity - Recruiting Clear Plastic Flip-out Sport Water Bottles. Color: Clear with Red Lid Size: 24oz. Stack Logo: Printed in center on both sides of bottle. Logo Size: 2" T x 3 ½" W. Logo color: red 20,000 24oz. Clear Plastic Flip-out Sport Water Bottles. Color: Clear with Red Lid Size: 24oz. Stack Logo: Printed in center on both sides of bottle. Logo Size: 2" T x 3 ½" W. Logo color: red. BPA Free. Logo will be provided by Missouri Army National Guard Marketing Department. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 100 Each 1 DOZEN GOLF BALLS FFP GOLF BALLS - RRPI item description and quantity - Recruiting 100 dzn. Golf Balls. Size: Standard adult golf ball. Color: white Stack Logo: Logo Color: Full Color. Screen printed on one side. Logo size: ½" T x ¾" W. 100 dz Titleist or equal brand golf balls that meets or exceeds specifications. Solid core 376 or better tetrahedral dimple design, with low compression. Size: Standard white, adult sized golf ball with full color stack logo on one side in center of ball. Screen printed on one side. Logo size: ½" T x ¾" W. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 35,000 Each PENS FFP PENS - RRPI item description and quantity - Recruiting Quality metal black ink ball point pen. Size: 5 ½" length. Round barrel design. Retractable point. With silver clip and trim. Pen Color: black grip/red barrel. Linear Logo. Logo Color: to match color of clip - silver. Logo location: one side of pen. Logo Size; 1 ½" L x 1/8" H. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 35,000 Each PENCILS FFP #2 Wooden Pencils with white erasers. - RRPI item description and quantity - Recruiting Color: OCP/Multicam color. Linear Logo: screen printed Logo location: one side upper portion of pencil. Logo color: Black Logo size: 2 ½" L x 3/8"H 35,000 #2 wooden pencils in OCP/Multicam color with white eraser. Pencil will be 5 ½" long with national guard logo screen printed on one side. Logo size will be 2 ½" L x 3/8" H and located on the upper portion of pencil. Logo will be black. PENCIL MUST BE #2 lead. Missouri Army National Guard Marketing will provide Logo. SEE PURCHASE DESCRIPTION FOB: Destination PURCHASE REQUEST NUMBER: 0010819367 NET AMT EMS The Missouri National Guard (MONG) is required by Presidential Executive Order 13423 to establish an environmental management system (eMS). One of the key components of the eMS is the establishment of an Environmental Policy that must be communicated to all persons working for or on behalf of the organization including all suppliers and contractors. The policy stresses commitment to complying with accepted environmental practices, including the commitment to meet or exceed applicable environmental requirements, legal and otherwise. The policy also dictates continued minimization of waste production and pollution and management of personnel, processes, real property, and materials in a manner to deduce environmental impacts. The entirety of this policy is available upon request to all parties by contracting the Environmental Management Office at (573) 638-9813. (End of Clause) WAWF INSTRUCTIONS 16 August 2013 Contracting Division Dear Army Vendor: The Missouri Army National Guard has begun its implementation of the Wide Area Workflow system (February 1, 2013) to support electronic invoice and receiving report processing. As we implement the government side of this system, we are strongly encouraging our vendors to begin using the Wide Area Work Flow system as well. This will lead to the eventual elimination of the paper flow of documents associated with the receipt and acceptance business practice. Additionally, vendors that cannot or will not use WAWF will no longer be considered for future awards as we will have no avenue for payment. What is WAWF? WAWF is a convenient online solution that allows vendors to electronically submit invoices and receiving reports; allows the Government to perform inspection and acceptance of goods and services, and interfaces with payment systems to receive transactions electronically. With WAWF, your company can: Submit invoices and receiving reports real-time, directly via the Internet, or by using File Transfer Protocol or Direct Electronic Data Interchange. Be paid in a timelier fashion due to the reduction of lost or misplaced documents, and quicker document routing. Have total visibility of document status. Receive system-generated e-mails advising you of action taken by the government inspection and acceptance officials, or if an invoice is rejected. Why use WAWF? In 2001, the government passed a law stating that all vendors doing business with the Department of Defense use an electronic method for submitting invoices and supporting documentation (Public Law 106-398). In 2003, the Defense Federal Acquisition Regulation Supplement (DFARS) was updated to include DFARS Clause 252.232-7003. How Can You Get Started? To help you get started today using WAWF we have included the following web sites for training and registration: WAWF Web-Based Training Site: http://www.wawftraining.com. Go here to learn how to use WAWF via self paced, online training. This training is an excellent place to begin learning about WAWF. WAWF Training Practice Web Site. https://wawftrainng.eb.mil. Go here to practice using the WAWF application. WAWF Production (Live) Site. https://wawf.eb.mil/. Go here for registration and real world use. For new users there is a walkthrough of the required steps under the New User section, "Getting Started Help". On a side-note, with the recent transition from the Central Contractor Registration (CCR) to the System for Award Management (SAM) you may see some dated material; just keep in mind every time you see CCR, think SAM. Sincerely, //Original Signed// Timothy N. Kohls Supervisory Contract Specialist PURCHASE DESCRIPTION NGMO-PER-RRB 21 April 2016 Scope of Work: Recruiting and Retention Promotional Item Request - Retention 1. Objectives. a. Accomplish the recruiting mission of the Missouri Army National Guard (MOARNG) enabling recruiters to generate interest in the MOARNG b. Reach a diverse audience within the enlistment ready demographic. 2. RRPI item request requirements a. Recruiting and Retention Battalion (RRBN) requires vendor to submit proof for verification of branding and quality within 30 days of receiving award prior to ordering. b. RRBN will provide vendor with branding and artwork for all RRPI's c. RRBN will provide vendors with samples of RRPI's as needed. d. RRBN requires a hard proof of RRPI's prior to production order. e. CMYK refers to the four inks used in some color printing: cyan, magenta, yellow, and key (black). Though it varies by print house, press operator, press manufacturer, and press run, ink is typically applied in the order of the abbreviation. 3. RRPI - Retention item description and quantity CLIN 0001: Coolers Quantity: 1000 38 QT Roller Cooler with Handle. Cup holders in lid. Color: Blue. Logo: Both Sides. Logo Color: Full color (CMYK) Logo size: 6 ¼" L x 4" H. 38 QT roller cooler with handle. 4 - Cup holders in top. Blue base with white lid. Logo to be 6 ¼" L x 4" H and printed on both sides of cooler. Logo color to be Red White and Blue (full color/CMYK). Screen printed or sticker. Missouri Army National Guard Logo to be provided by Missouri Army National Guard Marketing Department. CLIN 0002: 129 Pc. Deluxe Household Tool Set Quantity: 1000 129 piece tool kit set in a blow-molded case. Size: 2.25" D x 8.875" W x 10.625" H. Logo Printed on Top/front of case. Screen print or high quality Sticker. Full color logo : CMYK Logo Size: 4" T x 4 ½" W. The 129 piece tool kit set contains 8" crimping tool with wire cutter all housed in a blow-molded case. 20-bits, 8 metric and 8 imperial hex key wrenches, hammer, knife, 8" level, 4-precision screwdriver, PVC tape, 80 fastener kit, 6" diagonal pliers, 6" needle nose pliers, screwdriver handle, 6" adjustable wrench. 2.25" D x 8.875" W x 10.625" H. Missouri Army National Guard Logo to be provided by Missouri Army National Guard Marketing Department CLIN 0003: Tech Travel Charging Set w/Power Bank & AC Wall Charger Quantity: 1000 Tech Travel Charging Sets with Power bank and AC wall charger. Size: 6" L x 4" W x 1 1/2" H. Case Logo: Centered on top of case. Logo Size: 2" H x 3" W. Logo color: Full color (CMYK) Charger logo: Centered on charger. Tech Travel Charging Set with Power bank and AC wall charger. Size: 6" L x 4" W x 1 1/2" H. Screen printed or sticker logo on top center of charger in full color-(CMYK). Includes 2,200mAh power bank, MICRO USB charging cord, AC wall charger with 1A output and USB Car charger with 1A output. Charger logo on center in 3 color to match case logo. 3/4"x5/16". Complies with FCC, RoHS. Missouri Army National Guard Marketing Dept to provide the logo. CLIN 0004: Folding Serrated Knife. Quantity: 2500 Folding Serrated Knife with pocket clip. Size: Weight: blade length 3", open length 7.5625". blade thickness:.110. Weight: 30lb. Material: steel: 420 stainless steel. Blade type: folder. Lock style: side lock. Grind: hollow. handle material: G10 shape: warthog, HRC: 52-54, Logo engraved on one side of the blade. Folding Serrated Stainless Steel Knife with pocket clip. Size: blade length 3". open length 7.5625". Blade thickness:.110. Weight: 30lb. Material: steel: 420 stainless steel. Blade type: folder.Lock style: side lock.Grind: hollow.Handle material: G10. shape: warthog. Logo engraved on both sides of the blade. Logo provided by Missouri Army National Guard Marketing Dept. (Logo 1.5 inches wide) or as long as blade will allow without destroying logo. CLIN 0005: OCP Tactical Back Packs Quantity: 1200 Large expandable Tactical Back pack. Color: OCP/multicam. Size: 20 1/2" x 15" x 7 3/4" - 12 3/4". Constructed of 600 denier polyester; Multiple gear pockets and MOLLE loops; Organizer pocket; Side parachute clasps and easy-grip zipper; volume 3920 cubic inches; **Tone on tone meaning "of like color". Featured color is C: 45 M: 65 Y: 76 K: 44 Stitch: High qual or 12,000 to 16,000 (Approximately 6-10in wide) Logo size: Around 12in wide or as wide as allowed without destroying logo. << <Across bottom Large expandable Tactical Back pack. Size: 20 1/2" x 15" x 7 3/4" - 12 3/4". Main packing compartment constructed of 600 denier polyester, Multiple gear pockets and MOLLE loops; Organizer pocket; Side parachute clasps and easy-grip zipper; Volume -3920 cubic inches; Missouri National Guard logo to be embroidered on outside center of backpack in C: 45 M: 65 Y: 76 K: 44. Logo size: approximately 12in wide or as large as possible without destroying the logo. Please ensure backpacks do not have the additional waist band option. (hip/waist belt). Logo to be provided by Missouri Army National Guard Marketing Department. High Qual: 12-16,000 CLIN 0006: 30oz. RTIC Tumblers Quantity: 450 30 oz. Stainless steel, double wall vacuum insulated Tumbler with crystal clear lid. Logo: Screen printed both sides. Logo color: Black. Logo Size: 1 1/4" H x 2" W. 30 oz. stainless steel, double wall vacuum insulated tumbler with clear lid. Logo to be screen printed on both sides, in black, 1 ¼" H x 2" W. Logo to be provided by Missouri Army National Guard Marketing Department. CLIN 0007: Golf Ball Caps Quantity: 1000 Golf Style Ball Cap Style: unstructured, perforated back. 100 % Polyester dri fit. One size fits all. Color: Navy Blue. Linear Logo: printed on front-centered. Logo size; 1 ¼" T x 2" W. Logo Color: white. **This logo, but in white stitching *Nike Golf or Equal brand that meets or exceeds Specifications. Cap to be unstructured, Perforated back, 100% Polyester Dri-Fit material. One size fits all with adjustable band. Cap to be Navy blue with white tip. Logo to be embroidered in white on the front center of the cap. Logo size to be 1 ¼" T x 2" W. *Missouri Army National Guard Logo will be provided by Missouri Army National Guard Marketing Department. A "higher" quality stitch count: no less than 6,000 CLIN 0008: Lanyards 40,000 Polyester Dye Sublimated Lanyard with breakaway swivel clip. Size: ¾" wide x 36" Long. Color: Multicam/OCP pattern. Logo: Placed on both sides of the lanyard. Logo color: Black. Logo Size: 3/8" T x 6 ¾" long. Logo will run continuously along both sides of the lanyard. Screen printed. *Polyester Dye Sublimated Lanyard with a breakaway clip. Lanyard to be OCP/Multicam pattern color with black logo. Logo to be 3/8" T x 6 ¾" L. logo will be screen printed and to run continuously on both sides of the lanyard. Missouri National Guard Logo to be provided by Missouri Army National Guard Marketing Department. CLIN 0009: T-Shirts Quantity: 20,000 Sizes: XL:5000 L:10000 M:2500 S:2500 Ringspun Cotton T-Shirt. Preshrunk.5.0 oz. or better. 65% Polyester 35 % Color: Olive drab/Vintage OD green. Logo to be on front of shirt. 1-800-GO GUARD to be centered below collar on back of shirt. Logo: up to 4 color. 4 color print refers to using the full CMYK process instead of 1 or 2 colors (diff. printing style). Logo Size Front:11" W x 15" T Logo Back: 2 ¼" T x 4 " W. 20,000 Ring spun Cotton, preshrunk T-shirt of 5 oz. or better weight. 65% Polyester-35% cotton. Olive drab/military green color. Up to 4 color screen printed imprint. Art on front and back. Front art will be up to 15" L x 11" W. Shirts will have National Guard logo 2 ¼" T x 4" W centered under the back collar. Shirts sizes are as follows: XL - 5000, L - 10000, M - 2500, S - 2500. Total: 20,000. Missouri Army National Guard Logo to be provided by Missouri Army National Guard Marketing Department. CLIN 0010: Cinch Bags 10000 Drawstring Tote Cinch Sack Vinyl or polypropylene material. Size: 15 ½" H x 12 ½" W. Color: OCP/Multicam. Stack Logo. Logo: placed on side. Logo Color: tone on tone. Logo Size: 4 ½" H x 8" W. Screen printed. **Tone on tone meaning "of like color". Featured color is C: 47 M: 50 Y: 70 K: 23 10,000 Drawstring Tote Cinch Sack Vynal or polypropylene material.Color to be: OCP/Multicam. Size of bag: 15 ½" H x 12 ½" W with stack logo screen printed in a tone on tone color on one side of the bag." Logo size to be 4 ½" H x 8" W. Missouri Army National Guard Marketing Department will provide the logo. CLIN 0011: OCP Tactical Back Packs 1200 Tactical Back Packs. Size 20 1/2" x 15" x 7 3/4" - 12 3/4". Color: OCP/Multicam. Stack Logo: printed in the center on outside back of pack. Logo color: tone on tone. Embroidered logo. **Tone on tone meaning "of like color". Featured color is C: 45 M: 65 Y: 76 K: 44 Stitch: High qual or 12,000 to 16,000 (Approximately 6-10in wide) Logo size: Around 12in wide or as wide as allowed without destroying logo. <<<Across bottom 1,200 Tactical Back Packs with expandable main packing compartment; Constructed of 600 denier polyester; Multiple gear pockets and MOLLE loops; Organizer pocket; Side parachute clasps and easy-grip zipper; volume 3920 cubic inches. Size 20 1/2" x 15" x 7 3/4" - 12 3/4". Color: OCP/Multicam. Logo: on outside back of pack. Logo color: tone on tone. Missouri National Guard logo to be embroidered in center of pack. Logo to be provided by Missouri Army National Guard Marketing Department. Please ensure backpacks do not have the additional waist band option. (hip/waist belt) CLIN 0012: Ceramic Latte Coffee Mugs 3600 16 oz. Ceramic tall latte coffee mug with handle Color: Matte Black. Stack Logo: printed on both sides. Center of mug. Logo Color: C: 29 M: 98 Y: 100 K:37 (similar to blood red) Logo Size: 1 ¼" T x 2" W. 3,600 16 oz. Ceramic, tall latte coffee mug with handle. Color: Matte Black with "blood red" logo printed in the center, on both sides of the mug. Screen Printed. Logo Size: 1 ¼" T x 2" W. Logo to be provided by Missouri Army National Guard Marketing Department. CLIN 0013: Water Bottles Quantity: 20,000 Clear Plastic Flip-out Sport Water Bottles. Color: Clear with Red Lid Size: 24oz. Stack Logo: Printed in center on both sides of bottle. Logo Size: 2" T x 3 ½" W. Logo color: full color or CMYK 20,000 24oz. Clear Plastic Flip-out Sport Water Bottles. Color: Clear with Red Lid Size: 24oz. Stack Logo: Printed in center on both sides of bottle. Logo Size: 2" T x 3 ½" W. Logo color: full color CMYK. BPA Free. Logo will be provided by Missouri Army National Guard Marketing Department. CLIN 0014: Golf Balls 100 dozen 100 dzn. Golf Balls. Size: Standard adult golf ball. Color: white Stack Logo: Logo Color: Full color CMYK Screen printed on one side. Logo size: ½" T x ¾" W. 100 dz Titleist or equal brand golf balls that meets or exceeds specifications. Solid core 376 or better tetrahedral dimple design, with low compression. Size: Standard white, adult sized golf ball with full color stack logo on one side in center of ball. Screen printed on one side. Logo size: ½" T x ¾" W.http://www.golfballs.com/Golf-Balls/Wilson-Personalized-Ultra-500-Distance-Golf-Balls.htm CLIN 0015: Pens 35,000 Quality metal black ink ball point pen. Size: 5 ½" length. Round barrel design. Retractable point. With silver clip and trim. Pen Color: black grip/blue barrel. Linear Logo. Logo Color: to match color of clip - silver (Example shown is C:24 M:19 Y:29 K:0 Logo location: one side of pen. Logo Size; 1 ½" L x 1/8" H. Quality metal black ink, ball point pen with retractable point.Round barrel design with silver retaining clip and trim. Color: Blue barrel with black grip and silver clip and trim. Size; 5 ½" long with screen print linear logo on one side of the Pen. Logo size: 1 ½" L x 1/8" H. Linear Logo. Logo provided by Missouri National Guard Marketing Dept CLIN 0016: Pencils 35,000 #2 Wooden Pencils with white erasers. Color: OCP/Multicam color. Linear Logo: screen printed Logo location: one side upper portion of pencil. Logo color: Black Logo size: 2 ½" L x 3/8"H. 35,000 #2 wooden pencils in OCP/Multicam color with black eraser. Pencil will be 5 ½" long with national guard logo screen printed on one side. Logo size will be 2 ½" L x 3/8" H and located on the upper portion of pencil. Logo will be black. PENCIL MUST BE #2 lead. Missouri Army National Guard Marketing will provide Logo. 8. Points of Contact (POC). Contractor will provide a single POC for this contract which is CPT Justin P. Wise or Justin.p.wise2.mil@mail.mil. FC Chris Pew Marketing NCO, Missouri Army National Guard christopher.c.pew.mil@mail.mil 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 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government 0015 Destination Government Destination Government 0016 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 90 dys. ADC 1,000 RRB RRB 801 ARMROY DRIVE JEFFERSON CITY MO 65109 FOB: Destination W91XVL 0002 90 dys. ADC 1,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0003 90 dys. ADC 1,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0004 90 dys. ADC 2,500 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0005 90 dys. ADC 1,200 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0006 90 dys. ADC 450 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0007 90 dys. ADC 1,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0008 90 dys. ADC 40,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0009 90 dys. ADC 20,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0010 90 dys. ADC 1,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0011 90 dys. ADC 1,200 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0012 POP 01-JUN-2016 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0013 90 dys. ADC 20,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0014 90 dys. ADC 100 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0015 POP 01-JUN-2016 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL 0016 90 dys. ADC 35,000 (SAME AS PREVIOUS LOCATION) FOB: Destination W91XVL CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside NOV 2011 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside NOV 2011 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) OCT 2015 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 252.247-7023 Transportation of Supplies by Sea APR 2014 CLAUSES INCORPORATED BY FULL TEXT 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) (Contracting Officer shall insert details) (a) The Contractor shall deliver 1 unit(s) of all items described in CLIN 001 thru CLIN 20 within 30 calendar days from the date of this contract to the Government at 801 ARMORY DRIVE JEFFERSON CITY MO 65109 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 7 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (End of clause) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2015) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (m) Point of contract concerning (POC) this solicitation is Justin Wise @ justin.p.wise2.mil@mail.mil or 573-638-9575. Please contact the POC with with any question oro concerns pertaining to this solicitaiton. (n) Email completed quotes/proposals to justin.p.wise2.mil@mail.mil before the end of the solicitation period. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are more important evaluation factors when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2016) ALTERNATE I (OCT 2014) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "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. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation," means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 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. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "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 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 its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM 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 (q) 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 SAM.] (c) Offerors must complete the following representations when the resulting contract is to 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 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: 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 [ ___ ] 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) 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)(10)(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. (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) 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, 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) 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 to the Equal Opportunity clause of this solicitation; 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 parts 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 $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American - 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-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 -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, 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--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, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, 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-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-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-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No.: ___ [List as necessary] (3) Buy American-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--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: ___ ___ ___ ___ ___ ___ [List as necessary] (4) Buy American-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, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, 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 statute. 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; (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) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial 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. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End 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 Labor Standards. (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 (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [ ___ ] Certain services as described in FAR 22.1003-4(d)(1). The offeror [ ___ ] 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 Labor Standards 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 the SAM 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) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an inverted domestic corporation; and (ii) It [ ___ ] is, [ ___ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) 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; (ii) 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; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50(U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do 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. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates "has" in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____________________. Immediate owner legal name: _____________________. (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity: □ Yes or □ No. (3) If the Offeror indicates "yes" in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: __________________. Highest-level owner legal name: ___________________. (Do not use a "doing business as" name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that- (i) 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) 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 an 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. (2) The Offeror represents that- (i) 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; and (ii) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ___ ] is or [ ___ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated ``is'' in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark ``Unknown''). Predecessor legal name: ____. (Do not use a ``doing business as'' name). (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2016) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (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) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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 (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. X (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (Oct 2015) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). X (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). X (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) X (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (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 $700,000 ($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) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) (a) Definitions. As used in this clause-- ``Active duty wartime or campaign badge veteran,'' ``Armed Forces service medal veteran,'' ``disabled veteran,'' ``protected veteran,'' ``qualified disabled veteran,'' and ``recently separated veteran'' have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of clause) 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 Ms. Lisa Heislen, 573-638-9843, lisa.m.heislen.civ@mail.mil, USPFO-MO P&C, 7101 Military Circle, Jefferson City, MO 65101-1200. (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) 52.252-2 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 (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (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 System for Award Management 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. N/A (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 HQ0670 Issue By DoDAAC W912NS Admin DoDAAC W912NS Inspect By DoDAAC W91XVL Ship To Code W91XVL Ship From Code CONTRACT SPECIFIC Mark For Code N/A Service Approver (DoDAAC) W91XVL Service Acceptor (DoDAAC) W91XVL 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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. wanda.l.fowler6.civ@mail.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. kerrey.a.renkemeyer.civ@mail.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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-16-R-0001/listing.html)
 
Place of Performance
Address: 801 Armory Drive, Jefferson City, Missouri, 65109, United States
Zip Code: 65109
 
Record
SN04107051-W 20160507/160505234528-d7f073e65baf7f15bbe0c82e84a0a828 (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.