Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

71 -- Barnes Center Furniture

Notice Date
9/17/2009
 
Notice Type
Presolicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
FA3300-09-T-0051
 
Archive Date
10/7/2009
 
Point of Contact
Ian Y. Coleman, Phone: 334-953-8083
 
E-Mail Address
Ian.Coleman@maxwell.af.mil
(Ian.Coleman@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Unrestricted Size Std: 500 NAICS: 337214 RFQ Deliver to: HQ CEPME 550 MCDONALD STREET BLDG 1143 MAXWELL AFB-GUNTER AFB AL, 36114-3107 Tel: 416-1829 Section SF 1449 - CONTINUATION SHEET STATEMENT OF WORK Statement of Work For Building 832 Gunter Furniture Project Scope of work is to reconfigure 21 modular furniture work stations to allow group discussions. And install wall height extension panels and doors for 8 work stations. Haworth is the manufacture of the furniture that is currently installed in the building; therefore, Haworth is the recommended manufacture of the new furniture to allow new components to be connected to existing work stations. Contractors will be responsible for disassembling entire or partial workstations and assembling workstations to complete project. Contractors will work with base agencies to ensure power and communications are installed as workstations are being constructed. All work will be accomplished during normal business hours. Contractor will ensure at the end of each business day the work area is safe and clean. Contractor is responsible for the removal of all trash. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 10 Each EAF -214 HAWORTH, INC. FFP EAF -214 HAWORTH, INC. ADD-ON FABRIC PANEL 24" X 14". TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL. TAGGING; 14"STK LOW RIGHT. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 23 Each EAF-314 HAWORTH, INC. FFP EAF-314 HAWORTH, INC. ADD-ON FABRIC PANEL 36" X 14". TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACR 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 17 Each EAF-414 HAWORTH, INC. FFP EAF-414 HAWORTH, INC. ADD-ON FABRIC PANEL 48" X 14". TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 18 Each EAF-514 HAWORTH INC. FFP EAF-514 HAWORTH INC. ADD-ON FABRIC PANEL 60" X 14". TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 8 Each EDS-380-BHL. HAWORTH, INC. FFP EDS-380-BHL. HAWORTH, INC. SINGLE DOOR SOLID 36" X 82". POWER BASE, ADA LEVER, LEFT HIGH PRESSURE LAMINATE CHARCOAL SURFACE 2 CHARCOAL SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 9 Each FPFC-80-B. HAWORTH, INC. FFP FPFC-80-B. HAWORTH, INC. 90 DEG. FABRIC FINISH POST 82". POWER BASE TATAMI GRADE A KAYAR SURFACE 2 CHARCOAL SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 15 Each FPFS-80-B. HAWORTH, INC. FFP FPFS-80-B. HAWORTH, INC. 180 DEG FABRIC FINISH POST 82". POWER BASE TATAMI GRADE A KAYAR SURFACE 2 CHARCOAL SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Each SR-3. HAWORTH, INC. FFP SR-3. HAWORTH, INC. REGULAR SHELF 36". VIDENE PUTTY SURFACE 3 PUTTY. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Each SR-4. HAWORTH, INC. FFP SR-4. HAWORTH, INC. REGULAR SHELF 48". VIDENE PUTTY SURGACE 2 PUTTY SURGACE 3 PUTTY. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 16 Each X640-0140. X99, SEMINAR CHAIR FFP X640-0140. X99, SEMINAR CHAIR, FAB/MESH, FXD ARM HARD CASTERS. STANDARD VERSION TELLURE GRADE A/1 BLACK SEATING FABRIC - MESH - X99 BLACK TRIM SURFACE 3 SURFACE 3 METALLIC SILVER. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 1 Each EEP-266-B. HAWORTH, INC. FFP EEP-266-B. HAWORTH, INC. STRAIGHT FABRIC PANEL OWER 24" X 68". POWER BASE TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL SURFACE 4 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 14 Each EEP-466-B. HAWORTH, INC. FFP EEP-466-B. HAWORTH, INC. STRAIGHT FABRIC PANEL POWER 48" X 68" POWER BASE TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL SURFACE 4 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 4 Each FDRV-4-L. HAWORTH, INC. FFP FDRV-4-L. HAWORTH, INC. REG. FLIPPER DOOR, VIDENE 48" WITH LOCK HIGH PRESSURE LAMINATE PUTTY SURFACE 2 PUTTY SURFACE 3 PUTTY. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 4 Each HMB-3652. HAWORTH, INC. FFP HMB-3652. HAWORTH, INC. MARKERBOARD 36" X 52: SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 12 Each HMB-4852. HAWORTH, INC. MARKERBOARD 48" FFP HMB-4852. HAWORTH, INC. MARKERBOARD 48" X 52" SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 3 Each HMB-6052 HAWORTH, INC. TASK LIGHT FFP HMB-6052 HAWORTH, INC. TASK LIGHT, ADAPTABLE 42" WIDE 9FT. CORD, UNDR CAB, PRSMTIC LENS. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 4 Each LUTS-0042-1 9UEP. HAWORTH, INC. FFP LUTS-0042-1 9UEP. HAWORTH, INC. TASK LIGHT, ADAPTABLE 42" WIDE 9FT CORD, UND CAB, PRSMTIC LENS. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 4 Each SR-4 HAWORTH, INC. FFP SR-4 HAWORTH, INC. REGULAR SHELF 48" VIDENE PUTTY SURFACE 2 PUTTY SURFACE 3 PUTTY. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 2 Each TARX-4896-L TSNJG4N. PLANES, TABLE FFP TARX-4896-L TSNJG4N. PLANES, TABLE, HEXAGON 48X96. LM, T-, STD, INT-GLD, 29" LAMINATE BARLEY GTAIN LAMINATE/EDGE CHARCOAL SURFACE 3 METALLIC SILVER. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0020 5 Each WT-72 HAWORTH, INC. WALL TRACK 72" FFP WT-72 HAWORTH, INC. WALL TRACK 72" SURFACE 1 CHARCOAL SURFACE 2 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0021 1 Each WURA-1836-L TSA. HAWORTH, INC. FFP WURA-1836-L TSA. HAWORTH, INC. RECT WORKSURFACE 18D X 36W. LAM, T-MOLD, STD CORE, W/WIREWAY LAMINATE BARLEY GRAIN LAMINATE/EDGE CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0022 1 Each WURA-1848-L TSA. HAWORTH, INC. FFP WURA-1848-L TSA. HAWORTH, INC. RECT WORKSURFACE 18D X 48W. LAM, T-MOLD, STD CORE, W/WIREWAY LAMINATE BARLEY GRAIN LAMINATE/EDGE CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0023 14 Each WURA-2448-L TSA. HAWORTH, INC. FFP WURA-2448-L TSA. HAWORTH, INC. RECT WORKSURFACE 24D X 48W. LAM, T-MOLD, STD CORE, W/WIREWAY LAMINATE BARLEY GRAIN LAMINATE/EDGE CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0024 1 Each WUCR-3636-L TSAN44 HAWORTH, INC. CORNER, FFP WUCR-3636-L TSAN44 HAWORTH, INC. CORNER, 90DEG WRAP-AROUND WORKSURFACE 36 X 36 LAM, T-MOLD, STD, WRWY, NHND, 24,24 LAMINATE BARLEY GRAIN LAMINATE/EDGE CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0025 2 Each ZEBD-1600-P P. HAWORTH, INC. CNTLVR BRKT FFP ZEBD-1600-P P. HAWORTH, INC. CNTLVR BRKT, UNIGROUP/TOO/PLACES, STANDARD, 16.5"D. PAINTED, PAIR. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0026 1 Each ZEBC-1900-P P HAWORTH, INC. CNT BRK, UNI FFP ZEBC-1900-P P HAWORTH, INC. CNT BRK, UNIGROUP/TOO/PLACES, SNAP-N-FIT, FOR CRNR WS, 19"D. PAINTED, PAIR SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0027 14 Each ZEBS-1900-P P HAWORTH, INC. CNTLVR BRKT, FFP ZEBS-1900-P P HAWORTH, INC. CNTLVR BRKT, UNIFROUP/TOO/PLACES, STD SNAP-N-FIT, 19"D. PAINTED, PAIR SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0028 7 Each AKPM-21-SLM. HAWORTH, INC. ADJUSTABLE KE FFP AKPM-21-SLM. HAWORTH, INC. ADJUSTABLE KEYBOARD PAD W/SWIVEL MOUSE PAD, 21". SWIV PAD, 6" ADJ, MOUSE CVR. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0029 7 Each PDX-24-HLN. HAWORTH, INC. FEXED PEDESTAL FFP PDX-24-HLN. HAWORTH, INC. FEXED PEDESTAL DRAWER 24:, 1 LOCK 6/6/12 W/LOCK SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0030 7 Each PDX-24-JLN HAWORTH, INC. FIXED PEDESTAL FFP PDX-24-JLN HAWORTH, INC. FIXED PEDESTAL DRAWER 24:, 1 LOCK 12/12 W/LOCK SURFACE 1 CHARCOAL FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0031 3 Each RKP-2-B HAWORTH, INC RETROFIT KIT POWER FFP RKP-2-B HAWORTH, INC RETROFIT KIT POWER 24" 3-CIRCUIT SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0032 1 Each NEP-1 HAWORTH, INC. POWER BREAKER MARKER FFP NEP-1 HAWORTH, INC. POWER BREAKER MARKER. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0033 4 Each EAF-314 HAWORTH, INC. ADD-ON FABRIC PANE FFP EAF-314 HAWORTH, INC. ADD-ON FABRIC PANEL 36" X 14" TATAMI GRADE A KAYAR TATAMI GRADE A DAYAR SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0034 2 Each EAF-414 HAWORTH, INC. ADD-ON FABRIC PANE FFP EAF-414 HAWORTH, INC. ADD-ON FABRIC PANEL 48" X 14". TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0035 9 Each EAF-514 HAWORTH, INC. ADD-ON FABRIC PANE FFP EAF-514 HAWORTH, INC. ADD-ON FABRIC PANEL 60" X 14" TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0036 1 Each EDS-380-BHL HAWORTH, INC. SINGLE DOOR SO FFP EDS-380-BHL HAWORTH, INC. SINGLE DOOR SOLID 36" X 82". POWER BASE, ADA LEVER, LEFT HIGH PRESSURE LAMINATE CHARCOAL SURFACE 2 CHARCOAL SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0037 3 Each EFN-280-B HAWORTH, INC. STRAIGHT FABRIC FFP EFN-280-B HAWORTH, INC. STRAIGHT FABRIC PANEL NO-POWER 24" X 82" POWER BASE TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL SURFACE 4 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0038 2 Each EFP-335-B HAWORTH, INC. STRAIGHT FABRIC FFP EFP-335-B HAWORTH, INC. STRAIGHT FABRIC PANEL POWER 36" X 37". POWER BASE TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL SURFACE 4 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0039 1 Each EFP-435-B HAWORTH, INC. STRAIGHT FABRIC FFP EFP-435-B HAWORTH, INC. STRAIGHT FABRIC PANEL POWER 48" X 37" POWER BASE TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL SURFACE 4 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0040 1 Each EFP-535-B HAWORTH, INC. STRAIGHT FABRIC FFP EFP-535-B HAWORTH, INC. STRAIGHT FABRIC PANEL POWER 60" X 37" POWER BASE TATAMI GRADE A KAYAR TATAMI GRADE A KAYAR SURFACE 3 CHARCOAL SURFACE 4 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0041 3 Each FPFC-80-B HAWORTH, INC. 90 DEG. FABRIC F FFP FPFC-80-B HAWORTH, INC. 90 DEG. FABRIC FINISH POST 82" POWER BASE TATAMI GRADE A KAYAR SURFACE 2 CHARCOAL SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0042 3 Each FPFS-80-B HAWORTH, INC. 180 DEG FABRIC F FFP FPFS-80-B HAWORTH, INC. 180 DEG FABRIC FINISH POST 82" POWER BASE TATAMI GRADE A KAYAR SURFACE 2 CHARCOAL SURFACE 3 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0043 4 Each HMB-3652 HAWORTH, INC. MARKERBOARD 36" X FFP HMB-3652 HAWORTH, INC. MARKERBOARD 36" X 52". SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0044 3 Each HMB-6052 HAWORTH, INC. MARKERBOARD 60" X FFP HMB-6052 HAWORTH, INC. MARKERBOARD 60" X 52" SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0045 3 Each WURA-2448-L TSA HAWORTH, INC. RECT WORKS FFP WURA-2448-L TSA HAWORTH, INC. RECT WORKSURFACE 24D X 48W. LAM, T-MOLD, STD CORE, W/WIREWAY LAMINATE BARLEY GRAIN LAMINATE/EDGE CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0046 3 Each ZEBS-1900-PP HAWORTH, INC. CNTLVR BRKT, FFP ZEBS-1900-PP HAWORTH, INC. CNTLVR BRKT, UNIGROUP/TOO/PLACE, STD SNAP-N-FIT, 19D. PAINTED, PAIR SURFACE 1 CHARCOAL. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0047 1 Each TARX-4896-L TSNJG4N. TABLE FFP TARX-4896-L TSNJG4N. PLANES, TABLE, HEXAGON 48X96. LM, T-STD, INT-GLD, 29" LAMINATE BARLEY GRAIN LAMINATE/EDGE CHARCOAL SURFACE 3 METALLIC SILVER. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0048 8 Each X640-0149 X99, SEMINAR CHAIR FFP X640-0149 X99, SEMINAR CHAIR, FAB/MESH,FXD ARM, HARD CASTERS. STANDARD VERSION TELLURE GRADE A/A BLACK SEATING FABRIC - MESH - X99 BLACK TRIM SURFACE3 SURFACE 3 METALLIC SILVER. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0049 1 Each LABOR FFP INSTALLATION & TRASH REMOVAL FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0050 1 Each Shipping & Delivery FFP Labor, receiving, installation & trash Removal. FOB: Destination MILSTRIP: F2XHC89232A001 PURCHASE REQUEST NUMBER: F2XHC89232A001 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 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 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government 0020 Destination Government Destination Government 0021 Destination Government Destination Government 0022 Destination Government Destination Government 0023 Destination Government Destination Government 0024 Destination Government Destination Government 0025 Destination Government Destination Government 0026 Destination Government Destination Government 0027 Destination Government Destination Government 0028 Destination Government Destination Government 0029 Destination Government Destination Government 0030 Destination Government Destination Government 0031 Destination Government Destination Government 0032 Destination Government Destination Government 0033 Destination Government Destination Government 0034 Destination Government Destination Government 0035 Destination Government Destination Government 0036 Destination Government Destination Government 0037 Destination Government Destination Government 0038 Destination Government Destination Government 0039 Destination Government Destination Government 0040 Destination Government Destination Government 0041 Destination Government Destination Government 0042 Destination Government Destination Government 0043 Destination Government Destination Government 0044 Destination Government Destination Government 0045 Destination Government Destination Government 0046 Destination Government Destination Government 0047 Destination Government Destination Government 0048 Destination Government Destination Government 0049 Destination Government Destination Government 0050 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30-OCT-2009 10 HQ CEPME 550 MCDONALD STREET BLDG 1143 MAXWELL AFB -GUNTER AFB AL 36114-3107 416-1829 FOB: Destination F2XHC8 0002 30-OCT-2009 23 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0003 30-OCT-2009 17 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0004 30-OCT-2009 18 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0005 30-OCT-2009 8 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0006 30-OCT-2009 9 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0007 30-OCT-2009 15 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0008 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0009 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0010 30-OCT-2009 16 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0011 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0012 30-OCT-2009 14 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0013 30-OCT-2009 4 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0014 30-OCT-2009 4 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0015 30-OCT-2009 12 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0016 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0017 30-OCT-2009 4 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0018 30-OCT-2009 4 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0019 30-OCT-2009 2 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0020 30-OCT-2009 5 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0021 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0022 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0023 30-OCT-2009 14 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0024 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0025 30-OCT-2009 2 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0026 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0027 30-OCT-2009 14 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0028 30-OCT-2009 7 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0029 30-OCT-2009 7 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0030 30-OCT-2009 7 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0031 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0032 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0033 30-OCT-2009 4 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0034 30-OCT-2009 2 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0035 30-OCT-2009 9 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0036 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0037 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0038 30-OCT-2009 2 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0039 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0040 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0041 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0042 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0043 30-OCT-2009 4 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0044 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0045 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0046 30-OCT-2009 3 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0047 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0048 30-OCT-2009 8 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0049 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 0050 30-OCT-2009 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F2XHC8 CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision -- "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. (Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (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 change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not s 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 the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (List as necessary) (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ) 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 $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).) (1) Listed End Product Listed End Product • Listed Countries of Origin: • • • • • • (2) Certification. (If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.) ( )(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. ( ) (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) (The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.) ( ) (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ) does ( ) does not certify that-- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. ( ) (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ) does ( ) does not certify that-- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies-- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ) Offeror is an agency or instrumentality of a foreign government; ( ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( ) Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt); ( ) Government entity (Federal, State, or local); ( ) Foreign government; ( ) International organization per 26 CFR 1.6049-4; ( ) Other ----------. (5) Common parent. ( ) Offeror is not owned or controlled by a common parent; ( ) Name and TIN of common parent: Name --------------------. TIN --------------------. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (2) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __(4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (MAR 2009) (Pub. L. 111-5). ___ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (7) [Reserved]. ___ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (9)(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. ___ (10) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). ___ (11)(i) 52.219-9, Small Business Subcontracting Plan (APR 2008) (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. ___ (12) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ___ (13) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (15) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (16) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f). _X_ (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _X_ (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). _X_ (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). ___ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). ___ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (Not Applicable until September 8, 2009.) ___ (28)(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.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). ___ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). ___ (ii) Alternate I (DEC 2007) of 52.223-16. ___ (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (32)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) ___ (38) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (39) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) ___ (41) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) ____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). ____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). ____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until September 8, 2009.) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 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) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (4) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (AUG 2008) (15 U.S.C. 637 note). (5) _X_ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (6) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (7) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a). (9) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (10) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (11) ____ 252.225-7021, Trade Agreements (JUL 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (12) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (13) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (14)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUL 2009) of 252.225-7036. (15) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (16) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (17) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (18) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (19) __X_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (21) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (22)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (23)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (24) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (2) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 5352.201-9101 OMBUDSMAN AUG 2005 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefing, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the center/MAJCOM ombudsmen, the incumbent is Business Operations Branch Chief, AETC/A7KB, 2035 First Street West, Suite 1, Randolph AFB, TX 78150-4304, (210) 652-6900, (office), (210) 652-4652 (fax). Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: george.jones@maxwell.af.mil Contract Specialist: ian.coleman@maxwell.af.mil Contracting Officer: deborah.downey@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/FA3300-09-T-0051/listing.html)
 
Record
SN01958662-W 20090919/090917235743-1aac353fe92bd2b01607a3a003f34f59 (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.