Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

U -- Honda Engine Maintenance and Repair Contractor Training Services - Attachment I - Past Performance Evaluation Document

Notice Date
8/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-11-R-DBC001
 
Archive Date
9/21/2011
 
Point of Contact
Paul Bean, Phone: 2024753327, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
Richard.P.Bean@uscg.mil, robert.a.mann-thompson@uscg.mil
(Richard.P.Bean@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment I - Past Performance Evaluation Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Subpart 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-11-R-DBC001 and is being issued as a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 611519 with a size standard of $7 million. This requirement is requirement is being competed on an unrestricted basis. This solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 (August 04 2011). The U.S. Coast Guard intends to establish a single firm fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five year period of performance for Honda Maintenance and Repair Contractor Training Services for the U.S. Coast Guard that are IAW the Performance Work Statement in this solicitation. The guaranteed minimum quantity will be one (1) course over the five year ordering period, and the maximum quantity may be twenty (20) of all courses combined per ordering year. This procurement will consist of the following Contract Line Items (CLINs) and Subcontract Line Item Numbers (SUBCLINs): CLIN: 00001 Description: YEAR 1 - TRAINING SUPPORT SERVICES - The Contractor shall provide all tools, parts, materials and labor necessary to provide contractor Training Support Services for the USCG Force Readiness Command IAW the PWS. Quantity: N/A Unit: Year Unit Price: N/A Total: N/A CLIN: 00001 SUBCLIN: AA Description: Honda BF150/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 4 Unit: Each Unit Price: TBD Total: TBD CLIN: 00001 SUBCLIN: AB Description: Honda BF225/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 10 Unit: Each Unit Price: TBD Total: TBD CLIN: 00001 SUBCLIN: AC Description: Honda BF150/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 1 Unit: Each Unit Price: TBD Total: TBD CLIN: 00001 SUBCLIN: AD Description: Honda BF225/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 5 Unit: Each Unit Price: TBD Total: TBD CLIN: 00002 Description: YEAR 2 - TRAINING SUPPORT SERVICES - The Contractor shall provide all tools, parts, materials and labor necessary to provide contractor Training Support Services for the USCG Force Readiness Command IAW the PWS. Quantity: N/A Unit: Year Unit Price: N/A Total: N/A CLIN: 00002 SUBCLIN: AA Description: Honda BF150/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 4 Unit: Each Unit Price: TBD Total: TBD CLIN: 00002 SUBCLIN: AB Description: Honda BF225/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 10 Unit: Each Unit Price: TBD Total: TBD CLIN: 00002 SUBCLIN: AC Description: Honda BF150/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 1 Unit: Each Unit Price: TBD Total: TBD CLIN: 00002 SUBCLIN: AD Description: Honda BF225/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 5 Unit: Each Unit Price: TBD Total: TBD CLIN: 00003 Description: YEAR 3 - TRAINING SUPPORT SERVICES - The Contractor shall provide all tools, parts, materials and labor necessary to provide contractor Training Support Services for the USCG Force Readiness Command IAW the PWS. Quantity: N/A Unit: Year Unit Price: N/A Total: N/A CLIN: 00003 SUBCLIN: AA Description: Honda BF150/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 4 Unit: Each Unit Price: TBD Total: TBD CLIN: 00003 SUBCLIN: AB Description: Honda BF225/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 10 Unit: Each Unit Price: TBD Total: TBD CLIN: 00003 SUBCLIN: AC Description: Honda BF150/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 1 Unit: Each Unit Price: TBD Total: TBD CLIN: 00003 SUBCLIN: AD Description: Honda BF225/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 5 Unit: Each Unit Price: TBD Total: TBD CLIN: 00004 Description: YEAR 4 - TRAINING SUPPORT SERVICES - The Contractor shall provide all tools, parts, materials and labor necessary to provide contractor Training Support Services for the USCG Force Readiness Command IAW the PWS. Quantity: N/A Unit: Year Unit Price: N/A Total: N/A CLIN: 00004 SUBCLIN: AA Description: Honda BF150/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 4 Unit: Each Unit Price: TBD Total: TBD CLIN: 00004 SUBCLIN: AB Description: Honda BF225/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 10 Unit: Each Unit Price: TBD Total: TBD CLIN: 00004 SUBCLIN: AC Description: Honda BF150/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 1 Unit: Each Unit Price: TBD Total: TBD CLIN: 00004 SUBCLIN: AD Description: Honda BF225/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 5 Unit: Each Unit Price: TBD Total: TBD CLIN: 00005 Description: YEAR 5 - TRAINING SUPPORT SERVICES - The Contractor shall provide all tools, parts, materials and labor necessary to provide contractor Training Support Services for the USCG Force Readiness Command IAW the PWS. Quantity: N/A Unit: Year Unit Price: N/A Total: N/A CLIN: 00005 SUBCLIN: AA Description: Honda BF150/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 4 Unit: Each Unit Price: TBD Total: TBD CLIN: 00005 SUBCLIN: AB Description: Honda BF225/HDS Course at the Contractor's facility for up to 12 people (Maximum) Quantity: 10 Unit: Each Unit Price: TBD Total: TBD CLIN: 00005 SUBCLIN: AC Description: Honda BF150/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 1 Unit: Each Unit Price: TBD Total: TBD CLIN: 00005 SUBCLIN: AD Description: Honda BF225/HDS Transportable Course at the Government's facility for up to 12 people (Maximum) Quantity: 5 Unit: Each Unit Price: TBD Total: TBD Reinbursable travel and shipping CLINs will be added to the resultant contract upon award. FAR, HSAR, and CG-912 Contract Provisions, Clauses, Requirements, and Addendums FAR 52.212-1 - Instructions to Offerors -- Commercial Items (Jun 2008) (Addendum) SUBMISSION INSTRUCTIONS Please submit your quotation to the attention of the Contract Specialist, Paul Bean, via e-mail at Richard.P.Bean@uscg.mil with a carbon copy e-mail sent to Contracting Officer, Robert Mann-Thompson, at Robert.A.Mann-Thompson@uscg.mil on or before 1400 ET, on September 06, 2011. Due to USCG Internet restrictions, electronic mail attachments over 5 MB in size will not be accepted. Electronic documents submitted shall be compatible with Microsoft Vista. Offers shall be limited to 35 pages all inclusive with page numbers in sequential order. The page limits exclude 52.212-3 Offeror Representations and Certifications-Commercial Items and HSAR 3052.209-72. Offers shall be sectioned into three volumes: Volume 1: Technical Proposal Volume 2: Relevant Past Performance Volume 3: Price Volume One Contents: The Offeror shall provide the following in its Volume One in order to be considered complete: (1) a document entitled "Technical and Management Approach" that contains sufficiently detailed information that demonstrates the Offeror's ability to perform the requirements of the PWS and provide management necessary to perform the requirements of the PWS; (2) one course curriculum of a commercial course that is similar or identical to one of the courses solicited; (3) large businesses shall submit a subcontracting plan IAW 52.219-9 unless the large business offeror does not plan on subcontracting, which will then require the large business to submit a signed statement as part of their offer that states that they will not subcontract any work of the resultant contract; (4) resumes for all instructors are required and letters of intent for all proposed personnel are desirable; and (5) all applicable solicitation provisions requiring Contractor input. Volume Two Contents: The Offeror shall provide the following in its Volume Two in order to be considered complete: (1) In addition to the requirements listed in FAR Part 52.212-1 (b) (10), Offerors shall submit a total of three references utilizing the Past Performance Evaluation Document (Attachment I). Offerors shall complete SECTION A of the Past Performance Evaluation Document. SECTION B shall be completed by the Government during offer evaluations. If there is no past performance information, please provide the following statement in your offer: "No Past Performance information available". Volume Three Contents: The Offeror shall provide the following in its Volume Three in order to be considered complete: (1) pricing for each aforementioned Subclin and the sum of all Subclins; (2) the Contractor shall provide supporting information that provides a breakdown of price for each course to include, at the least, all labor categories employed, levels of efforts for each labor category, and burdened labor rates; (3) its Taxpayer Identification Number (TIN), Dun and Bradstreet Number (DUNS), and Electronic Funds Transfer (EFT) information; (4) a statement whether their company is registered in the Central Contractor Registration (CCR) database; (5) any completed solicitation clauses that require the Offeror's input; and (6) any exceptions/assumptions taken with regard to the PWS or any other aspect of the RFP or any other information that the Offeror finds necessary and pertinent to their offer. Offerors shall submit each volume as a separate document file. The minimum font size is 11, excluding graphics and tables. All Proposal shall be Emailed. Proposals will be printed in black & white. QUESTIONS All questions or concerns regarding any aspect of this RFP shall be forwarded to Contract Specialist, Paul Bean, via e-mail at Richard.P.Bean@uscg.mil with a carbon copy e-mail sent to Contracting Officer, Robert Mann-Thompson, at Robert.A.Mann-Thompson@uscg.mil by August 22, 2011 at 1400 ET, so that they can be addressed prior to the RFP deadline for offers. (end of provision addendum) FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (Addendum) EVALUATION CRITERIA An IDIQ will be awarded to the company determined to represent the best value to the USCG. IAW FAR 15.101-1, the Government will determine best value using the tradeoff process. The tradeoff process will lead to an award decision that is made on the basis of trade-offs between the following price and non-cost evaluation factors: Factor 1. Technical and Management Approach Factor 2. Relevant Past Performance Factor 3. Small Business Subcontracting Plan Factor 4. Price Selection and award of the IDIQ award will be based on the following aforementioned evaluation criteria in descending order of importance: Technical and Management Approach, Relevant Past Performance, Small Business Subcontracting Plan and Price. Technical and Management Approach is considered to be more important than Past Performance and Small Business Subcontracting Plan; however, when combined they are significantly more important than price. As the Technical and Management Approach, Relevant Past Performance and Small Business Subcontracting Plan scores converge, the price may become more important. FACTOR 1: TECHNICAL AND MANAGEMENT APPROACH: The Government will evaluate each Offeror's Technical and Management Approach to determine their capacity to perform all the requirements outlined in the PWS, which will include, but will not be limited to, an evaluation of the following: the Offeror's proposed mix of labor categories and level of effort proposed for the solicited services; the Offeror's approach to managing its personnel (Contractor's ability to attract, retain, supervise and motivate top quality personnel with the critical skills and abilities IAW the PWS); the Offeror's approach to provide the required courses; the offeror's approach to providing necessary facilities; and the Offeror's approach to curriculum development based on an evaluation of the submitted course curriculum. Additionally, the Government will evaluate the proposed instructor's qualifications as to whether they meet or exceed the experience requirements outlined in PWS 1.3.2.1. FACTOR 2: RELEVANT PAST PERFORMANCE: The Government will evaluate the Offeror's past performance information on the submitted "Past Performance Evaluation Document". The Government reserves the right to utilize past performance information other than the information submitted with the offers received in conducting the evaluation. An Offeror without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The Government may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. FACTOR 3: SMALL BUSINESS SUBCONTRACTING PLAN: The Government will evaluate the Offeror's, except for small business offerors, small business subcontracting plan. As small businesses are not required to submit a small business subcontracting plan, small business offerors will receive the highest rating for this factor. Large businesses that submit a signed statement that states that they will not subcontract any work of the resultant contract will receive a neutral rating. Large businesses' submitted subcontracting plans will be evaluated as to the degree to which the subcontracting plan meets Fiscal Year 2011 USCG Small Business Subcontracting Goals, which are stated as follows (small business subcontracts: 40%, small disadvantaged business subcontracts: 5%, woman owned small business subcontracts: 5%, HUBZone subcontracts: 3%, and service disabled veteran owned small business subcontracts: 3%. Additionally large businesses' history of compliance with Subcontracting Reporting Requirements in other federal contracts and how well the large businesses have met planned Small Business Subcontracting goals in previous awards will be evaluated. FACTOR 4: PRICE: The Government will evaluate the Contractor's subtotal price (sum of all Subclins) to determine price reasonableness. (end of provision addendum) FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items, Alternate I (May 2011) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 (o) 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. "Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Coe at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned 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 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 representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (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, 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)(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 prepresents 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 in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: _________.] Each WOSB concern 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 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)(7)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: _____________. Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.]. The offeror represents that it [_] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It [_] is, [_] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth 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)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (d) 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 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 or Moroccan End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. 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. 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). (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 $3,000 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. §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 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 (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 Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer identification number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN.] (3) Taxpayer Identification Number (TIN). [_] TIN:_____________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government; (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ____________________. (5) Common parent. [_] Offeror is not owned or controlled by a common parent: [_] Name and TIN of common parent: Name ____________________________________ TIN ______________________________________ (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph (o)(2) of this provision, by submission of its offer, the offeror certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996. (2) The certification requirement of paragraph (o)(1) of this provision does not apply if-- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of provision) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 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 (Apr 2010) (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 (Jun 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 (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (10) [Reserved] ___ (11) (i) 52.219-6, Notice of Total Small Business 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. ___ (12) (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_ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). _X_ (14) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (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 (July 2010) of 52.219-9. _X_ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17) (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. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (23) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). _X_ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (32) 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.) ___ (33) (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.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (35) (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. _X_ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (38) (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, 108-301, 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. ___ (39) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (40) 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). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 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)). ___ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (49) (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.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 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) The following clauses and provisions are incorporated by reference: FAR 52.204-2 Security Requirements (AUG 1996), FAR 52.216-18 Ordering (OCT 1995): For the purposes of this clause, the blank is completed as follows: date of award through five years from date of award, FAR 52.216-19 Order Limitations (OCT 1995): For the purposes of this clause, the blanks are completed as follows: (1) $2,500.00; (2) a quantity of 10; (3) a quantity of 20; (4) 60; (5) 30. FAR 52.216-22 Indefinite Quantity (OCT 1995): For the purposes of this clause, the blanks are completed as follows: the date specified in the applicable order, FAR 52.224-1 Privacy Act Notification (APR 1984), FAR 52.224-2 Privacy Act (APR 1984), FAR 52.227-17 Rights in Data - Special Works (DEC 2007), FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997), and FAR 52.232-25 Prompt Payment (OCT 2008). FAR 52.209-7 - Information Regarding Responsibility Matters (Jan 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) FAR 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2011) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database at http://www.ccr.gov. (b) (1) The Contractor will receive notification when the Government posts new information to the Contractor's record. (2) The Contractor will have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) (i) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (End of Clause) FAR 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/ HSAR 3052.204-71 - CONTRACTOR EMPLOYEE ACCESS, ALTERNATE II (JUN 2006) (a) Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (g) Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-551). Any exceptions must be approved by the Department's Chief Security Officer or designee. (h) Contractors shall identify in their proposals, the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer. (End of clause) HSAR 3052.209-72 - ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting is currently unknown. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. (End of provision) HSAR 3052.228-70 - INSURANCE (DEC 2003) In accordance with the clause entitled "Insurance - Work on a Government Installation" [or Insurance - Liability to Third Persons] in Section I, insurance of the following kinds and minimum amounts shall be furnished at any time at the request of the CO and maintained during the period of performance of this contract: (a) Worker's compensation and employer's liability. The Contractor shall, as a minimum, meet the requirements specified at (FAR) 48 CFR 28.307-2(a). (b) General liability. The Contractor shall, as a minimum, meet the requirements specified at (FAR) 48 CFR 28.307-2(b). (c) Automobile liability. The Contractor shall, as a minimum, meet the requirements specified at (FAR) 48 CFR 28.307-2(c). (End of clause) HSAR 3052.242-72 - CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) PERFORMANCE WORK STATEMENT CONTRACTOR TRAINING SUPPORT SERVICES FOR THE U.S. COAST GUARD FORCE READINESS COMMAND JULY 12, 2011 1.0 GENERAL. 1.1 SCOPE. This effort requires the Contractor to make available the following four (4) listed Honda Engine Maintenance and Repair Training Courses tailored to Coast Guard personnel as follows: (1) Honda BF150/HDS Course at the Contactor's facility for up to 12 people (2) Honda BF225/HDS Course at the Contractor's facility for up to 12 people (3) Honda BF150/HDS Transportable Course at the government's facility for up to 12 people (4) Honda BF225/HDS Transportable Course at the government's facility for up to 12 people All courses will require the Contractor to provide classroom instruction and hand-on training. Course requirements are outlined in PWS section 5.0. 1.2 BACKGROUND. The U.S. Coast Guard (USCG), Force Readiness Command, is required to maintain a cadre of trained Machinery Technicians to act as the sole technician experts of USCG-owned Honda BF150 and BF225 outboard engines. The advanced courses required under this contract are designed to provide Machinery Technicians with maintenance, management, diagnosing, troubleshooting and analysis training in order to maintain Honda BF150 and BF225 outboard engines. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Program Manager The Contractor shall provide a Program Manager who shall be responsible for all Contractor work performed under this contract. 1.3.1.1 The Program Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). During any absence of the Program Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Program Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Program Manager without prior approval from the Contracting Officer. The name of the Program Manager and the name of one alternate who shall act for the Contractor in the absence of the Program Manager shall be provided in writing to the Contracting Officer no later than (NLT) five (5) business days from date of contract award. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this contract. 1.3.2.1 Instructor(s) Each course instructor must have at least 3 years of experience in teaching marine engine repair or at least 5 years of experience in repairing small boat marine engines. Additionally, each course instructor must be a current certified Honda Marine Master Technician. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this Contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.5 Conflict Of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or could, appear to cause a conflict of interest. 1.4 SECURITY. Contractor access to classified information is not currently required under this contract. 1.5 PERIOD OF PERFORMANCE. The period of performance for this effort is one sixty-month period. 1.6 PLACE OF PERFORMANCE. The place of performance for each course under each Task Order will depend on the courses procured. The transportable BF150/HDS and BF225/HDS course will be held at USCG facilities determined upon each Task Order award while all other courses will be held at the Contractor's facilities. 1.6.1 All courses will be held within the contiguous forty-eight states, Alaska and Hawaii. 1.7 HOURS OF OPERATION. Contractor employees shall generally perform all training between the hours of 0800 and 1600, Monday through Friday. 1.8 TRAVEL. Travel is required for work performed at USCG facilities and therefore travel costs for work performed at USCG facilities will be reimbursed to the Contractor in accordance with FAR 31.205-46. The Contractor shall obtain the COTR's approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.9 SHIPPING. Reimbursable destination and return shipping expenses that are in accordance with (IAW) best commercial practices are permitted for all transportable courses for the materials listed in PWS section 4.2. 1.10 KICKOFF MEETING. The Contracting Officer will schedule a kickoff meeting between the Contractor, the Contracting Officer and the COTR or designated representative within five (5) business days after award to discuss objectives. The kickoff meeting will be held at the Government's facility with the option for the Contractor to attend in person or by teleconference. 1.11 PERFORMANCE REQUIREMENTS SUMMARY (PRS). Task orders issued under this contract will be performance based and incorporate the Performance Requirements Summary (PWS) outlined in PWS 8.0. In general, the PRS will set forth the expected outcomes (objectives) of each task order, the service(s) required of the contractor to attain the objectives, and a performance standard per outcome. It is the intent of the Government to maintain consistency in standards and associated reduction schedules for same or similar outcomes from task order to task order. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including reductions in payment in accordance with any clause for inspection of services. 1.12 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation III (Windows Vista and Microsoft Office Applications). 1.13 INTELLECTUAL PROPERTY. Intellectual property shall be handled in accordance with contract clauses FAR 52.227-14. 1.13.1 All Contractor developed processes and procedures and other forms of intellectual property first developed under task orders awarded under this IDIQ shall be considered Government property. 1.13.2 All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of task orders awarded under this IDIQ shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.14 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under each task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6). 1.15 PROFESSIONAL APPEARANCE. The Contractor's employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security and the United States Coast Guard. If the Government feels there is a problem with a Contractor's appearance; the issue will be brought to the attention of the Contracting Officer who will report the issue to the Contractor. 1.16 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or AsynchronousJavaScript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 - Functional Performance Criteria applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires approval from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 36 CFR 1194.3(b) - Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 CMP - Cam position sensor 2.2 CKP - Crank sensor 2.3 COTR - Contracting Officer's Technical Representative 2.4 DTC - Diagnostic Trouble Code 2.5 DHS - Department of Homeland Security 2.6 ECM - Engine control module 2.7 FAR - Federal Acquisition Regulation 2.8 HDS - Honda Diagnostic System 2.9 IAT - Intake air temperature sensor 2.10 IAW - In accordance with 2.11 IDIQ - Indefinite Delivery, Indefinite Quantity 2.12 KS - Knock sensor 2.13 MAP - Manifold absolute pressure sensor 2.14 NLT - No later than 2.15 TOH - Overheat sensor 2.16 PNP - Neutral switch 2.17 POC - Person of contact 2.18 PRS - Performance Requirements Summary 2.19 PTT - Power Trim and Tilt 2.20 PWS - Performance Work Statement 2.21 QCP - Quality Control Plan 2.22 SCS - Service Check Signal 2.23 TBD - To be Determined 2.24 TOH - Overheat sensor 2.25 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES AND INFORMATION. 3.1 GOVERNMENT FURNISHED RESOURCES FOR TRANSPORTABLE/FIELD COURSE. The following resources are provided by the Government for student and instructor use for the duration of each Honda BF150/HDS Transportable Course and the Honda BF225/HDS Transportable Course: (1) Basic Hand Tools (2) Minimum of four engines pertinent to the course (3) Classroom space for 12 students and one instructor (4) Audio visual equipment suitable for Contractor provided course materials 3.2 GOVERNMENT FURNISHED RESOURCES FOR CONTRACTOR FACILITY HELD COURSE. The Government will provide no resources for courses held at the Contractor's facilities, except those provided for in PWS 3.3. 3.3 GOVERNMENT FURNISHED INFORMATION. The Government will provide a roster of students to the Contractor no later than seven (7) days prior to the start date of each course. 4.0 CONTRACTOR FURNISHED RESOURCES AND INFORMATION. The Contractor shall furnish all facilities, materials, manuals, equipment and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources and Information specified in PWS 3.1, 3.2 and 3.3. 4.0.1 Indoor, air conditioned facilities, shall be provided by the contractor for contractor facility held courses. Engine exhaust inside the facility must be properly vented to the outside air. 4.1 CONTRACTOR FURNISHED RESOURCES FOR CONTRACTOR FACILITY HELD COURSE. The Contractor shall furnish all facilities, materials, manuals, equipment and services, except for the Government Furnished Information specified in PWS 3.3, necessary to fulfill the requirements of this contract for all courses held at the Contractor's site, including the following: (1) All necessary tools for each course, including basic hand tools and Honda special tools (2) Course applicable BF225 or BF150 engines, no less than one engine for every three students (3) Honda Diagnostic System (HDS), no less than one HDS for every three students (4) Course training outline (5) Test materials (6) All required training instruction materials. (7) One (1) contractor developed course textbook for each student (8) One (1) Shop Manual for every two (2) students (9) Audio visual equipment suitable for Contractor provided course materials (10) All required parts to be used during training, including all parts listed in Attachment II. (11) Training completion certificates for personnel completing course 4.2 CONTRACTOR FURNISHED RESOURCES FOR TRANSPORTABLE/FIELD COURSE. The Contractor shall furnish all materials, manuals, equipment and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources and Information specified in PWS 3.1, 3.1 and 3.3. At a minimum, the Contractor shall provide the following resources for each course held at the USCG's facilities: (1) Honda Diagnostic System, no less than one unit for three students (2) All Honda special tools required to complete training requirements (3) Course training outline (4) Test materials (5) All required training instruction materials. (6) One (1) contractor developed course textbook for each student (7) One (1) Shop Manual for every two (2) students (8) All required parts to be used during training, including all parts listed in Attachment II (9) Training completion certificates for personnel completing course 4.2.1 The Contractor shall ship the resources identified above and that material listed in Attachment II ("Attachment II - Part List for BF225 Class and Part List for BF150 Class") to the USCG Units hosting each Transportable/Field courses. The Contractor shall deliver all of the resources listed in PWS 4.2, except the training completion certificates, to the USCG Units no sooner than two (2) weeks prior to the start date of each course, but at the latest, five (5) days prior to the start date of each course. Government personnel will be available to receive the equipment. 5.0 REQUIREMENTS. The Contractor shall tailor four (4) courses IAW the requirements listed herein. It is desired, that each course be no more than a five day (daytime) period of instruction and it is required that each course be made available for up to 12 students. Class-convening dates during the performance period will vary as agreed upon by the Program Manager and the COTR. Training dates will be agreed upon in writing by the Program Manager and the COTR per IDIQ task order. 5.0.1 The four specific courses requiring in-class and hand-on training are: Honda BF150/HDS, Honda BF225/HD, Honda BF150/HDS Transportable, and Honda BF225/HDS Transportable. 5.0.2 For each course the Contractor shall provide the following items to be retained by each student: one (1) course training outline and one (1) contractor developed course textbook. For each course, the Contractor shall provide one (1) training completion certificate to students that successfully pass the course. 5.0.3 For each course, the Contractor shall furnish the parts listed in Attachment II that are designed to be used with the curriculum of each course. Additionally, the Contractor shall furnish any additional parts that are required to meet training requirements. 5.0.3.1 All parts furnished by the Contractor for training held at the Contractor's facilities shall be retained by the Contractor at the end of each course. All parts furnished by the Contractor for transportable courses shall be retained by the Government at the end of each course. 5.0.4 The Contractor's instructor(s) shall maintain an environment conducive to learning and shall perform the following duties: Prepare the classroom for instruction (e.g., assemble course material as required, ensure course materials are brought into classroom, arrange tables and chairs, and layout course materials for each student) and ensure the classroom is left in an orderly fashion at the end of each day, especially on the last day of the class; administer, grade and review examinations, as necessary; teach all assigned topics in accordance with contract requirements, effectively utilizing allotted time; inventory and account for assigned classroom/lab training equipment, and submit missing item reports to the COTR, if applicable; perform operational check on assigned training equipment, devices and aids; and monitor students to ensure safe usage of all training equipment, devices and training aids. The contractor shall ensure that the use of visual aids in the training content will reinforce main ideas and ensure the covering of key points; visual aids will include both projected, and non-projected visual aids to minimize misunderstanding and support the training content. 5.1 CURRICULUM DESIGN. NLT 15 days after IDIQ contract award, unless otherwise agreed upon with the COTR in writing, the Contractor shall coordinate with the COTR for course curriculum approvals. All course curriculums shall be approved by the COTR NLT 45 days after award. No course may be held under this contract without a COTR approved curriculum. Each course curriculum shall include lesson plans, Shop Manuals, course training outlines and all other material to be presented. Only course curriculums that, at a minimum, address the course requirements outlined in this PWS will be approved by the COTR. 5.2 HONDA BF150/HDS COURSE. The Contractor shall provide a course that provides USCG Machinery Technicians the knowledge required to successfully maintain a Honda BF150 engine. Upon completion of this course, the students shall be able to understand or perform: (1) All maintenance required by Honda Marine in Chapter Three of Ref 6.2, for the BF150 up to and including, the 400 hour service point. (2) All engine management required to maintain a Honda BF150. (3) The correct operational functions and locations of all Honda BF150 sensors. (4) All training requirements covered in PWS 5.6.1 and 5.6.2. 5.2.1 IAW PWS 1.6, this course will be held at the Contractor's site. 5.3 HONDA BF225/HDS COURSE. The Contractor shall provide a course that provides USCG Machinery Technicians the knowledge required to successfully maintain a Honda BF225 engine. Upon completion of this course, the students shall be able to understand or perform: (1) All maintenance required by Honda Marine in Chapter Three of Ref 6.3, for the BF225 up to and including, the 400 hour service point. (2) All engine management required to maintain a Honda BF225. (3) The correct operational functions and locations of all Honda BF225 sensors. (4) All training requirements covered in PWS 5.6.1 and 5.6.2. 5.3.1 IAW PWS 1.6, this course will be held at the Contractor's site. 5.4 HONDA BF150/HDS TRANSPORTABLE COURSE. The Contractor shall provide a course that provides USCG Machinery Technicians the knowledge required to successfully maintain a Honda BF150 engine. Upon completion of this course, the students shall be able to understand or perform: (1) All maintenance required by Honda Marine in Chapter Three of Ref 6.2, for the BF150 up to and including, the 400 hour service point. (2) All engine management required to maintain a Honda BF150. (3) The correct operational functions and locations of all Honda BF150 sensors. (4) All training requirements covered in PWS 5.6.1 and 5.6.2. 5.4.1 IAW PWS 1.6, this course will be held at the Government's site that will be determined upon award. 5.5 HONDA BF225/HDS TRANSPORTABLE COURSE. The Contractor shall provide a course that provides USCG Machinery Technicians the knowledge required to successfully maintain a Honda BF225 engine. Upon completion of this course, the students shall be able to understand or perform: (1) All maintenance required by Honda Marine in Chapter Three of Ref 6.3, for the BF225 up to and including, the 400 hour service point. (2) All engine management required to maintain a Honda BF225. (3) The correct operational functions and locations of all Honda BF225 sensors. (4) All training requirements covered in PWS 5.6.1 and 5.6.2. 5.5.1 IAW PWS 1.6, this course will be held at the Government's site that will be determined upon award. 5.6 LIST OF HONDA TRAINING REQUIREMENTS FOR ALL COURSES 5.6.1 The Contractor shall provide hands on instruction for all courses covered under this IDIQ. The following hands on instruction shall be incorporated into each class: (1) Engine training to include coverage of the following course concepts: under cover removal/installation, oil and oil filter change, timing belt inspection/adjustment and replacement, ACG belt inspection/adjustment, valve clearance inspection/adjustment, spark plug inspection/replacement, idle speed inspection/adjustment, compression test, leak down test, lubricate engine, and inspect crankcase breather tube. (2) Engine rigging training to include coverage of the following course concept: removal/installation from vessel. (3) Cooling system training to include coverage of the following course concepts: thermostat replacement, exhaust manifold anode replacement, engine block anode replacement (do not include instruction on replacement of the anodes under the block), water pump inspection, and impeller replacement. (4) Power Trim and Tilt (PTT) training to include coverage of the following course concepts: tilt piston rod seal replacement, trim piston seal replacement, PTT reservoir fill, PTT air purge, and PTT assembly replacement. (5) Service Check Signal (SCS) training to include coverage of the following course concepts: connecting SCS to the Short Connector on an engine and comprehension of diagnostic trouble codes. (6) Troubleshooting training to include coverage of the following course concepts: steps to completely isolate engine from the vessel (for troubleshooting purposes), and Contractor developed scenarios for the following engine faults that provide instruction on detection and correction of the subject engine fault: engine will not start, engine idling poorly, engine stalling, hard shifting, PTT assembly does not hold position, and PTT assembly does not move. (7) Fuel system training to include coverage of the following course concepts: removal and inspection of the fuel vapor separator tank, injector replacement, low pressure fuel pump replacement/inspection, inspect fuel pressure, inspect fuel flow, replace low pressure fuel filter, replace high pressure fuel filter, and water separator inspection and cleaning. (8) HDS training to be conducted with the HDS connected to the engine and provides instruction on the correct operation of the HDS to include: all engine Function Tests, Data List function, Snap Shot function, and Health Check function. 5.6.2 The Contractor shall provide classroom instruction for all courses covered under this IDIQ. The following classroom instruction shall be incorporated into each class: (1) Honda Shop Manual training to include coverage of the following course concept: overview of how to use the Honda Shop Manual. (2) Fuel system components training to include coverage of the following course concepts: description of operation, diagram of item, and location on engine of the following items: low pressure fuel pump, fuel cut valve, vapor separator tank, high pressure fuel pump, fuel pressure regulator, and injectors. (3) ECM input sensors training to include coverage of the following course concepts: description of operation diagram of item, and location on engine of the following items: start switch, crank sensor (CKP), both cam position sensors (CMP 1 and 2), manifold absolute pressure sensor (MAP), atmospheric pressure sensor, throttle position sensor (TP), all three engine coolant temperature sensors (ECT 1, 2, and 3), intake air temperature sensor (IAT), overheat sensor (TOH), heated oxygen sensor, knock sensor (KS), engine high oil pressure sensor, engine low oil pressure sensor, water separator switch, neutral switch (PNP), alternator, service check signal (SCS), and emergency stop switch. (4) ECM output sensors training to include coverage of the following course concepts: description of operation, diagram of item, and location on engine of the following items: fuel pump relay, fuel injectors, spark plug, and idle air. (5) Alert systems training to include coverage of the following course concepts: description of operation of the following scenarios: engine over speed, low oil pressure event, engine overheat, alternator malfunction, water separator alarm, and ECM malfunction. (6) Control system training to include coverage of the following course concepts: description of operation, diagram of item and location on engine of the following items: engine control module, fail safe function, back-up function, self-diagnosis function, system power/main relay function, injection duration, and idle control. (7) System diagnostics training to include coverage of the following course concepts: explanation and procedures for reading DTCs using the service check signal (SCS) Short Connector, resetting the ECM, and explanation of all DTCs available. (8) Charging system training to include coverage of the following course concepts: explanation of the engine charging system, description and location of charging system components, and charging system troubleshooting modules. (9) Power Trim and Tilt System training to include coverage of the following course concepts: description of operation, diagram of item and location on engine of the power trim and tilt systems. (10) Gear Case training to include coverage of the following course concepts: description of operation and diagram of the gear case and its internal components. (11) HDS training to include coverage of the following course concepts: instruction on the correct operation of all functions of the HDS, instruction of what the HDS is capable of doing, instruction of engine control module signals available from HDS and their ranges, instruction of HDS icons and buttons, instruction on the interpretation of various HDS readouts from engines with DTCs, instruction on the interpretation of various HDS readouts from engines running poorly (no DTCs), and instruction on how to read an HDS Health Check. 5.7 COURSE CRITIQUES ON CONTRACTOR'S PERFORMANCE. The Contractor shall distribute and collect from each student for each class on the last day of each course a Contractor developed Course Critique on Contractor's Performance form. The Course Critique on Contractor's Performance form shall be two pages, contain at least 10 course-pertinent-multiple-choice questions based on a developed 1 to 5 Likert scale, contain at least 3 open-ended questions and contain, at the minimum, the following information: (1) Name and email address of the student. (2) A question pertaining to the student's satisfaction of the course using a multiple-choice-five-point Likert scale with 3 indicating satisfactory, 1 indicating unsatisfactory and 5 indicating excellent. (3) A question pertaining to the student's satisfaction of the course instructor using a multiple-choice-five-point Likert scale with 3 indicating satisfactory, 1 indicating unsatisfactory and 5 indicating excellent. (4) Section on the form for student comments about the course and instructor. (5) Section on the form for miscellaneous student comments. 5.8 COURSE COMPLETION AND ACCIDENT REPORTING. 5.8.1 The Contractor shall administer a written test to each member of the class at the end of each course and the results shall be recorded. Students are required to score 80% or better to successfully complete the course. The Contractor may administer written quizzes as necessary. 5.8.2 Contractor will complete a non-completion record for each student who does not complete the course. 5.8.2.1 Any student missing more than 20% of a class will fail the course and not receive a graduation certificate. The course instructor should contact the COTR immediately to discuss the student's situation. The government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.8.3 Contractor shall maintain and ensure that a student roster is completed and maintained throughout the duration of this contract for tracking purposes. The roster shall be made available to the Government upon request. 5.8.4 The Contractor will submit to the COTR by email, unless another method of delivery is otherwise agreed upon in writing with the COTR, a Course Completion Report within fifteen (15) days after the end of each class convening. The Course Completion Report shall include, at a minimum, the following: the student roster; all completed Course Critique on Contractor's Performance forms; test results for all students; and instructor comments/observations. 5.8.4.1 Based on feedback received from student critiques, the Contractor shall submit to the COTR recommendations for changes to the curriculum for upcoming training sessions. Upon agreement between the Contractor and the Government, the Contractor shall implement the changes to the curriculum and provide an updated version to the Government not later than thirty (30) days prior to the upcoming training session. 5.8.5 The Contractor shall conduct an investigation into all accidents occurring on government property involving contract employees and report the findings in writing of such an investigation to the COTR within three (3) calendar days after the occurrence. When required, the contractor shall provide input for reporting accidents involving Coast Guard students. 5.9 TRAINING CERTIFICATES. The Contractor shall provide training completion certificates for each course. These certificates shall be filled out by the Contractor after the end of each course and provided to students who have successfully completed the applicable course NLT 30 days after course completion. 6.0 REFERENCES. 6.1 Parts List for BF225 Class and Parts List for BF150 Class 6.2 Honda Marine BF115D, BF135A, BF150A Shop Manual, Item Number: 61ZX1600EZ. The following website provides information on obtaining this Shop Manual: http://marine.honda.com/owners/manuals/shopmanuals 6.3 Honda Marine BF200A, BF225A K1 Shop Manual, Item Number: 61ZY300. The following website provides information on obtaining this Shop Manual: http://marine.honda.com/owners/manuals/shopmanuals 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. ITEM, PWS DELIVERABLE/EVENT, DUE BY 1, 5.1, Course Curricula, NLT forty-five (45) days after award 2, 5.8, Course Completion Report, NLT thirty (30) days after the completion of each course conducted 8.0 PERFORMANCE STANDARDS. The PRS table below reflects the metrics determined to be important for the successful performance of task orders placed against this IDIQ. This includes the expected standards of performance and surveillance methods. The Government will establish a QASP plan that is not part of the subject task order in order to monitor the performance requirements summary items described in the table below. (Start of table) Objectives, Required Service, Performance Standard, Surveillance Plan Objective 1: Provide instruction that is acceptable to the students. Required Service: Provide at least satisfactory course(s) and instructor(s) with performance measured by the results of the Course Critique on Contractor Performance form. Performance Standard: The Contractor shall achieve a satisfactory or higher rating from 75% of the class for each course for questions in PWS 5.7(2) and 5.7(3). Surveillance Plan: 100% COTR surveillance. Objective 2: Provide instruction that is acceptable to the Government. Required Service: Provide at least satisfactory course(s) and instructor(s) with performance measured by the results of the written test for each course. Performance Standard: 75% of the class must pass the written test for the Contractor to be providing instruction that is satisfactory. Surveillance Plan: 100% COTR surveillance. (end of table) (end of PWS) Parts List for BF225 Class (based on 4 engines per class) Part Number, Description, Quantity, Location 06154-ZY3-000, Tube Set, Oil, 2, Cylinder Head Cover 06193-ZY3-000, Pump Kit, Impeller, 4, Water Pump Impeller Set 06195-ZY3-000, Tube Set, Water, 2, Exhaust Manifold- Thermostat 12155-ZV5-000, Metal, Anode, 16, Exhaust Manifold- Thermostat 12312-ZY3-000, Gasket, Head Cover, 2, Cylinder Head Cover 12342-P2F-A01, Seal, Spark Plug Tube, 6, Cylinder Head Cover 14400-P8A-A02, Belt, Timing, 1, Timing Belt 14520-ZY3-000, Spring, Timing Belt Adjusting, 4, Timing Belt 15400-PLM-A01PE, Filter, Oil, 4, Crankcase 16078-ZY3-000, O-Ring, 8, Vapor Separator Assembly 16078-ZY3-000, O-Ring, High Pressure Fuel Filter, 4, Vapor Separator 16901-ZY3-003, Filter, Fuel, 4, Water Separator- Fuel Strainer 16911-ZY3-010, Filter, High Prssure Strainer, 4, Vapor Separator Assembly 16918-ZY3-003, O-Ring, 4, Water Separator- Fuel Strainer 17105-P8E-A01, Gasket, Intake Manifold, 4, Fuel Pipe- Injector 17105-ZY3-004, Gasket, Intake Manifold, 4, Intake Manifold 17108-ZY3-000, Spacer, Intake Manifold, 1, Fuel Pipe- Injector 17138-ZY3-004, Gasket, Intake Manifold Up Cover, 4, Intake Manifold 18115-ZY3-003, Gasket, Right Exhaust Manifold, 4, Exhaust Manifold- Thermostat 18125-ZY3-003, Gasket, Left Exhaust Manifold, 4, Exhaust Manifold- Thermostat 18149-ZY3-A01, Seal B, Exhaust Guide, 8, Mount Case 19255-ZY3-000, Tube, Right Water Retune, 1, Exhaust Manifold- Thermostat 19257-ZY3-000, Tube, Water, 2, Exhaust Manifold- Thermostat 19261-ZY3-000, Tube, Left Water Return, 1, Exhaust Manifold- Thermostat 19300-ZY3-023, Thermostat Assembly, 8, Exhaust Manifold- Thermostat 31638-ZY3-003, Belt, Alternator, 1, Timing Belt 31916-ZY3-003, Spark Plug, 24, Spark Plug 90031-ZY3-000, Bolt, Flange, 1, Intake Manifold 90604-881-000, Clip, Tube, 8, Water Separator- Fuel Strainer 90672-SA0-003, Strap, Cable, 4, Clamp 90758-ZW1-B00, Pin, Split, 4, Propeller Shaft 91301-ZW4-003, O-Ring 8 Gearcase 91301-ZY3-003, O-Ring, 8, Exhaust Manifold- Thermostat 91305-KT7-003, O-Ring, 1, Cylinder Head Cover 91356-SD4-952, O-Ring, 12, Exhaust Manifold- Thermostat Parts List for BF150 Class (based on 4 engines per class) Part Number, Description, Quantity, Location 91301-ZW4-003, O-Ring, 8, Gearcase 91301-ZY3-003, O-Ring, 8, Exhaust Manifold- Thermostat 18115-ZY3-003 Gasket, Right Exhaust Manifold, 4, Exhaust Manifold- Thermostat 91302-ZY6-003, O-Ring, 4, Exhaust Pipe 91305-HN0-A00, O-Ring, 8, Exhaust Pipe 12155-ZV5-000, Metal, Anode, 4, Exhaust Manifold- Thermostat 12341-PNA-000, Gasket, Cylinder Heac Cover, 2, Cylinder Head Cover 12342-PCX-004, Seal, Spark Plug Tube, 4, Cylinder Head Cover 90401-ZY6-000, Washer, Head Cover, 6, Cylinder Head Cover 06154-ZY6-000, Tube Set, Oil, 1, Water Hose- Thermostat 15400-PLC-004, Filter, Oil, 4, Oil Pump- Flywheel 19300-ZY3-023, Thermostat Assembly, 4, Chain Case 19300-ZY6-003, Thermostat Assembly, 4, Chain Case 19318-ZY6-010, Gasket, Thermostat Cover, 4, Chain Case 19319-ZY6-000, Gasket, Thermostat Spacer, 4, Chain Case 19318-ZY6-000, Gasket, Thermostat Cover, 4, Chain Case 15815--RAA-A02, Filter Assembly, Spool Valve, 4, Cylinder Head 91302-PNA-003, O-Ring, 16, Intake Manifold- Injector 16089-ZY6-000, Bolt, Fuel Pipe, 2, Intake Manifold- Injector 16901-ZY3-003, Filter, Fuel, 4, Water Separator 16918-ZY3-003, O-Ring, 8, Water Separator 90604-881-000, Clip, Tube, 16, Water Separator 16911-ZY3-101, Screen, Fuel Strainer, 4, Vapor Separtor Assembly 16078-ZY3-000, O-Ring, 4, Vapor Separtor Assembly 9807B-5617W, Spark Plug, 16, Ingnition Coil- Spark Plug 90758-ZW1-B000, Pin, Split, 4, Propeller Shaft- Propeller 06193-ZY6-000, Pump Kit, Impeller, 4, Water Pump Impeller USCG INVOICING REQUIREMENTS Invoicing and Payment Information for Contractors All contractors must be registered in the Central Contractor Registration (CCR): https://www.bpn.gov/ccr/default.aspx. The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. Therefore, to facilitate payment, it is in the contractor's best interest to ensure thatthe DUNS number is recorded on every invoice submitted to the US Coast Guard. Request for Payment (a) A request for payment is proper if it includes the items required by the clause at FAR 52.232-25, Prompt Payment [(a)(3)(i) through (a)(3)(ix)] and those items are accurate. If a request for payment does not include all the items required by the clause at FAR 52.232-25, Prompt Payment, or any information is inaccurate, then the request is not proper and shall be returned to the contractor with a statement of the reason(s) it is not proper. (b) Each invoice shall be e-mailed to the designated billing office at the following address: CG-9121-Invoices@uscg.mil The Invoice Number, Contract Number, and Task Order Number (If applicable), Contracting Officer and Contract Specialist shall be identified in the email Subject Line. (c) Each invoice shall also be e-mailed to the Contract Specialist, and the COTR at the addresses cited below: Richard.P.Bean@uscg.mil : Paul Bean, Contract Specialist TBD: TBD, COTR (d) The contractor shall submit SF 1034, Public Voucher for Purchases and Services Other Than Personal, and SF 1035, Public Voucher for Purchases and Services Other Than Personal (Continuation Sheet), or another form such as a company invoice to request payments under this contract. The forms or invoice must be completed as required by this clause. (e) The SF 1034 shall be completed in accordance with the following instructions: Caption on the SF 1034, Data to be Inserted in the Block 1. U.S. DEPARTMENT, BUREAU OR ESTABLISHMENT, AND LOCATION, Name and address of the contracting office which issued the contract. 2. DATE VOUCHER PREPARED, Date voucher submitted to the designated billing office cited in the contract. 3. CONTRACT NO. AND DATE, Contract No. and, when applicable, the Order No. and date as shown on the award document. 4. REQUISITION NO. AND DATE, Leave blank or fill-in in accordance with the instructions in the contract. 5. VOUCHER NO., Start with "1" and number consecutively. A separate series of consecutive numbers must be used beginning with "1" for each contract number or order number (when applicable). Note: Insert the word "FINAL" if this is the last voucher. 6. SCHEDULE NO.; PAID BY; DATE INVOICE RECEIVED DISCOUNT TERMS; PAYEE'S ACCOUNT NO.; SHIPPED FROM TO WEIGHT; GOVERNMENT B/L, Leave all these blocks blank 7. PAYEE'S NAME AND ADDRESS, Name and address of contractor as it appears on the contract. If the contract is assigned to a bank, also show "CONTRACT ASSIGNED" below the name and address of the contractor. 8. NUMBER AND DATE OF ORDER, Leave blank. (See #3 above.) 9. DATE OF DELIVERY OR SERVICE, The period for which the incurred costs are being claimed (e.g., month and year; beginning and ending date of services, etc.). 10. ARTICLES OR SERVICES, Insert the following: "For detail, see the total amount of the claim transferred from the attached SF 1035, page X of X." One space below this line, insert the following: "COST REIMBURSABLE-PROVISIONAL PAYMENT." 11. QUANTITY; UNIT PRICE (COST; PER), Leave blank 12. AMOUNT, Insert the total amount claimed from the last page of the SF 1035. 13. Payee must NOT use the space below. Do NOT write or type below this line. (f) The SF 1035 (Continuation Sheet) shall be completed in accordance with the instructions below. Use the same basic instructions for the SF 1035 as used for the SF 1034. Ensure that the contract and, if applicable, order number, are shown on each continuation sheet. Use as many sheets as necessary to show the information required by the contract, contracting officer, or cognizant audit agency; however, if more than one sheet of SF 1035 is used, each sheet shall be in numerical sequence. (g) The following items are generally entered below the line with Number and Date of Order; Date of Delivery or Service; Articles or Services; Quantity; Unit Price; and Amount (but do not necessarily tie to these captions). (1) Show, as applicable, the target or estimated costs, target or fixed-fee, and total contract value, as adjusted by any modifications to the contract or order. The FAR permits the contracting officer to withhold a percentage of fixed fee until a reserve is set aside in an amount that is considered necessary to protect the Government's interest. (2) Show the following items and supporting data as applicable to the contract or order: (a) Time-and-Materials, Labor-Hour. 1. Labor. List each contract line item number and corresponding labor category description and hourly rate, labor hours performed, and extended total labor dollars (hourly rate multiplied by labor hours performed) 2. Materials and Subcontracts (a) List each direct material item, quantity purchased, item cost, and extended total cost (quantity purchased multiplied by item cost). Cite any material handling costs allocated to direct materials. (b) List each authorized subcontract by subcontractor name. List each item or service, quantity purchased, item or service cost, and extended total cost (quantity purchased multiplied by item or service cost). 3. Travel. List the name and title of traveler, place of travel, and travel dates. If the travel claim is based on the actual costs expended, show the amount for the mode of travel (i.e., airline, private auto, taxi, etc.), lodging, meals, and other incidental expenses separately, on a daily basis. These actual costs must be supported with receipts to substantiate the costs paid. Cite any applicable indirect costs allocated to travel. 4. Total of 1. through 3. Enter this amount on the SF 1034. 5. Cumulative value of all previous requests for payment paid to date. Notice for Filing Agency Protests United States Coast Guard Ombudsman Program: It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-DBC001/listing.html)
 
Record
SN02531664-W 20110813/110812000530-a6baede5ab2c54c72c0558c5d95e4d20 (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.