Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

D -- Audio Visual Systems Move - DD254

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 409th CSB TCC-Kaiserslautern (PARC Europe), KO DIRECTORATE OF CONTRACTING UNIT 23156, APO AE, Non-U.S., 09227, Germany
 
ZIP Code
00000
 
Solicitation Number
W564KV-15-T-0083
 
Archive Date
10/23/2015
 
Point of Contact
Jeremy Zelbst, Phone: 4906314115192
 
E-Mail Address
jeremy.l.zelbst.mil@mail.mil
(jeremy.l.zelbst.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DD254 attachment to combined synopsis/solicitation COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS 1. Issue Date: 01 SEPTEMBER 2015 Close Date: 18 SEPTEMBER 2015 at 1600hrs Central European Time (CET) 2. Requiring Activity: The 409th Contracting Support Brigade/Theatre Contracting Center (409th/TCC) 3. Description of Requirement: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to issue a non-personal service contract on a firm fixed-price basis and to solicit the proposed services under the authority of FAR Part 12 & FAR Subpart 13.5. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is unrestricted. NAICS: 541512 4. Request for Quotes (RFQ) NO: W564KV-15-T-0083 This combined synopsis/solicitation is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, 07 May 2015. The objective of this RFQ is to issue a single firm-fixed-priced (FFP) award to obtain Computer Equipment Movement and Installationg Service. This procurement is not a recurring need and option years are not requested. This contract may be terminated if the need for this service is no longer needed and for the convenience of the Government. SOLICITATION CLOSING DATE: All quotes must be received by close of business, 18 September 2015 at 1700hrs Central European Time (CET). Offerors must be registered in the System for Award Management (SAM) (www.sam.gov). The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/Fed Reg, ORCA, and EPLS. Quotations shall be prepared in accordance with FAR 52.212-1, Instructions to Offerors, which is incorporated by reference with the following addendum: FAR 52.212-1 Addendum: Additional - Instructions to Offerors A. RFQ QUESTIONS: Questions shall be submitted electronically ONLY, to the Point of Contact (POC) Contracting Specialist SSG Jeremy Zelbst at jeremy.l.zelbst.mil@mail.mil No later than (NLT) 14 September 2015 at 1200hrs CET. Follow-up/additional questions will not be accepted after this date. Answers to submitted questions will be provided via a RFP amendment. No fax or facsimile or telephonic questions will be accepted. B. ELECTRONIC SUBMISSION: Proposals shall be submitted via email to the POC above. The proposal/quote shall be submitted in MS Word or MS Excel 2000 or higher, but not greater than MS Word or MS Excel 2003 format. The firewall utilized by the Government contracting office does not authorize or accept ZIP files. The offeror is responsible for ensuring delivery to the POC. The Government will not be responsible for late submissions due to transmission problems. If the electronic proposal/quote is not received on time, the whole proposal will be considered late and therefore rejected. No proposals/quotes received by FAX will be accepted. Offeror must provide Points of Contact (POC) for your company, a telephone number, and your DUNS number. C. Offers submitted shall be valid for a period of 90 days D. Award Type It is anticipated that one (1) award will be made to all Contract Line Item Numbers (CLINs). The Government intends to award a Single Firm Fixed Price (FFP) contract for one (1) base period with no option years to meet the requirements. All payments will be made through Wide Area Workflow (WAWF). Required Period of Performance is anticipated to begin on 29 September 2015 and last approximately 6 months. E. Negotiations/Discussions: The Government intends to award without discussions. Offerors should provide their best, complete proposal upon initial submission. The Government reserves the right to hold discussions and negotiations if deemed necessary by the Contracting Officer. The Government may reject any proposal if such action in the Government's best interest; accept other than the lowest price proposed, and waive informalities and minor irregularities in proposals received. F. Offerors shall submit a proposal that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided should be precise, factual, and complete. Legibility, clarity, completeness, and responsiveness are of the utmost importance. G. The offeror shall complete pricing for each CLIN in the schedule. Each Contractor's price proposal will be evaluated on the proposed price reasonableness (using a representative sample of the proposed prices to industry averages and/or rates from other contracts for similar work). CONTRACTOR MANPOWER REPORTING (CMR) - (ACCOUNTING FOR CONTRACT SERVICES) (APR 2011) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub- contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (l) Contract Number; (2) Delivery Order Number (If applicable); (3) Task Order Number (If applicable); (4) Requiring Activity Unit Identification Code (UIC); (5) Command; (6) Contractor Contact Information; (7) Federal Service Code (FSC); (8) Direct Labor Hours; (9) Direct Labor Dollars; and, (10) Location. In the event the Contracting Officer's Representative (COR)/Contracting Officer's Technical Representative (COTR) has not entered their data requirements first, the contractor must also enter the COR/COTR required data with the exception of fund cite, obligations, and disbursement data. The CMRA help desk can be reach at 703-695-5103 or 703-695-5058 for any technical questions. The help desk can also be contacted via email: contractormanpower@hqda.army.mil. As part of its quote or offer, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Audio-Visual (AV) Systems Move to Baumholder FFP Audio-Visual (AV) Systems Move to Baumholder FOB: Destination PURCHASE REQUEST NUMBER: 0010709536 AMOUNT NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 CMR A FFP The contractor shall report ALL contactor labor hours (including subcontractor labor hours) required for performance of services provided under this contract. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2015. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/. FOB: Destination PURCHASE REQUEST NUMBER: 0010709536 NET AMT SITE VISIT Site visits will be conducted at both sites prior to the closing of the solicitation. The dates and locations are as follows: Site Visit 1-Kelley Barracks, Kelley Barracks. Date and time: Wednesday 09 September, 2015 at 1030 local time Location: Gate on Plieninger Strasse, 70567 Stuttgart. This is the main gate for Kelley Barracks, Stuttgart. Walk through Time: Promptly at 1000hrs and last until 1300. Site Visit 2-Smith Barracks, Baumholder. Date and time: Friday 11 September, 2015 at 0930 local time Location: Gate on Avenue C, 55774 Baumholder. This is the main gate for Smith Barracks in Baumholder. Walk through Time: Promptly at 1100hrs and last until 1500. Any questions related to this requirement must be submitted in writing to the contract specialist at jeremy.l.zelbst.mil@mail.mil no later than September 14, 2015. Written questions may be taken at the site visit, but answers may not be provided at that time. All questions and answers will be provided by amendment via ASFI at https://acquisition.army.mil/asfi/default.cfm. Attendance at the site visit is not mandatory. The Government will not reimburse any offeror for expenses related to attendance of this site visit. Due to space limitations, only 2 representatives per potential offeror will be allowed at the site visit. For installation access please provide the name, organizational affiliation, phone number, e-mail address and citizenship of each proposed attendee via email to the contract specialist at jeremy.l.zelbst.mil@mail.mil, or SSG Jeremy Zelbst at DSN 314-483-5192 or Commercial 0631-411-5192 no later than Monday 07 September, 2015 at 1300 Central European Time (CET). Failure to provide this information will prevent access to the installation. Note that additional information will be required for non-US citizens. Attendees must present identification with photo to attend the site visit. Offerors are urged and expected to inspect the site where services are to be performed and satisfy themselves regarding all general and local conditions that may affect the cost of performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PERFORMANCE WORK STATEMENT SOCFWD-NWA AV SYSTEM RELOCATION and IT Install 08 July 2015 NOTE TO OUR CUSTOMERS: THIS TEMPLATE MUST BE TAILORED FOR YOUR AGENCY BY INCLUDING YOUR UNIQUE REQUIREMENTS, QUANTITIES FOR WORKLOAD, SPECIFIC SURVEILLANCE TECHNIQUES, ETC. ANY QUESTIONS REGARDING THIS TEMPLATE SHOULD BE ADDRESSED WITH YOUR ASSIGNED ACQUISITION TEAM. GENERAL INFORMATION IS PRESENTED IN BLUE ITALICS WITH PARENTHESIS BORDERS, WHILE FILL-IN GUIDANCE IS PRESENTED IN BLUE ITALICS WITH BRACKET BORDERS. PLEASE DELETE ALL BLUE ITALICS WHEN FINALIZING THE PWS. Part 1 General Information AV SYSTEM RELOCATION and IT Install 10 August 2015 Part 1 General Information 1. GENERAL: This is a non-personal services contract under which the personnel rendering the services are not subject, either by the contract's terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform AUDIO-VISUAL (AV) SYSTEM RELOCATION and IT Install as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS). The contractor shall perform to the standards in this contract. 1.2 Background: In 2012, the Space and Naval Warfare Systems Center Atlantic (SPAWAR LANT) designed, procured and installed an AV system within Building 3378 on Kelley Barracks in Stuttgart, Germany. This system provides their Information Center (INFOCEN) and main conference room with audio, video and control capabilities as well as communications network infrastructure. Plans are to relocate personnel and electronic systems (including AV) to Smith Barracks, Building 8250, Baumholder, Germany as early as December 2015. In order to ensure a fully functional and documented installation in the new facility, the 409th Contracting Brigade is contracting an AV and Information Technology (IT) integrator to perform necessary services and procurements. 1.3 Objectives: The intent of this project is to de-install and remove the AV system from existing INFOCEN, Conference Room and Telecom Room (TR) in Stuttgart Kelley Barracks building 3378 and transport the system to Baumholder, complete AV and IT systems design and material procurement, and install the AV system and new IT communications network infrastructure in building 8250 based on Government-provided 30% AV System Relocation Design (Exhibit A), AV and Network Requirements (Exhibit B), and Bldg 3378 As-built AV and IT Installation Design Plan (Exhibit C). 1.4 Scope: Contractor shall provide non-personal services design, procurement, transportation, and installation to include re-use of existing equipment and procurement of new equipment per the design and requirements. 1.5 Period of Performance: The period of performance shall be for nine months. 1.6 General Information: 1.6.1 Quality Control Plan (QCP): The Contractor shall develop, implement, and maintain a QCP and program to ensure all work described in this contract is performed at or above the standard defined in the Performance Requirements Summary (PRS). The QCP is developed by the contractor for its internal use to ensure that it performs and delivers high-quality service. The contractor's QCP is the means by which the contractor ensures all work complies with the requirements of the contract. The QCP identifies and corrects potential and actual problem areas throughout the entire scope of the contract. 1.6.1.1 The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The QCP shall be submitted within thirty (30) days of contract award. After acceptance of the QCP, the contractor shall receive the contracting officer's (KO) acceptance in writing for any proposed changes to the QC procedures. The contractor shall submit QCP changes within five (5) days to the KO and Contracting Officer's Representative (COR) for review and acceptance prior to implementation. 1.6.2 Quality Assurance (QA): The government will evaluate the contractor's performance under this contract in accordance with (IAW) the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed IAW the performance standards and contract quality requirements are met. Contract quality requirements means the technical requirements in the contract relating to the quality of the product or service and those contract clauses prescribing inspection, and other quality controls incumbent on the contractor, to ensure the product or service conforms to the contractual requirements. It defines how the performance standards will be applied, the frequency of surveillance, the minimum acceptable defect rate(s), and deductions, if applicable. 1.6.3 Recognized Holidays: See Clause CCE 204-4000 for recognized holidays. 1.6.4 Hours of Operation: The contractor is responsible for conducting business between the hours of 0730 - 1700 Monday through Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must, at all times, maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Kelley Barracks: Bldg 3378, Stuttgart, Germany; Smith Barracks: Bldg 8250, Baumholder, Germany; Contractor facilities. 1.6.6 Type of Contract: The government will award a Firm-Fixed Price contract. 1.6.7 Security Requirements: 1.6.7.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information, and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured IAW Army Regulation (AR) 190-13, "The Army Physical Security Program." 1.6.7.2 Personnel Security Clearance Requirements: Contractor personnel performing work under this contract must have an active personnel security clearance at the SECRET level in the Joint Personnel Adjudication System (JPAS) at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are IAW with the attached DD Form 254, "Department of Defense (DOD) Security Classification Specification". The Contractor shall ensure that contractor employees and sub-contractor employees performing services under this contract comply with FAR 52.204-2, Security Requirements when the employee has access to information classified "Confidential," or "Secret." The Contract will ensure the employee complies with the Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M), and any revisions to DOD 5220.22-M, notice of which has been furnished to the Contractor. 1.6.7.3 Background Checks: The Contractor shall ensure contractor employees and subcontractor employees performing services under this contract have passed a security check conducted by the Host Nation Police Department of their residence or the State Police Department of their U.S. residence. Security checks that have been completed as part of a personnel security clearance background investigation, or a previous background check that was a condition of employment, meet this requirement. Documentation of these checks will be made available to the KO or COR upon request. The Government retains the right to exclude any employee from performance of duties under this contract if a background security check reveals an employee is a security risk. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. If the Government determines additional background checks are required, at a minimum, and upon request from the Government, the Contractor shall provide to the KO or COR, the following information on any contractor or subcontractor employee performing services under this contract: • Full birth name • Married name (if applicable) • SSN or local equivalent (ID card number) • Date of birth • Place of birth (city, country) 1.6.7.3.1 Installation Access: Access to US controlled areas is limited to personnel meeting security standards outline in AER 190-16 and USAG Stuttgart Command Policy Memorandum #58, Local national Screening Program (LNPS) and Installation Access Control. This requirement applies to all contractor employees performing work under this contract on U.S. controlled areas. Failure to submit required information or to obtain required documentation will result in the exclusion of such employees from the U.S. controlled areas until such documentation is obtained. Employees of the Contractor who do not possess a valid installation access pass will be restricted from the workplace until the pass is (re)activated. No Contractor employees will be signed on the installation by an active card holder or contractor, to conduct work duties. The Contractor employees shall be subject to personal and vehicle searches when entering or leaving the installation. The Government retains the right to exclude any employee from performance of duties under this contract if a background security check reveals an employee is a security risk. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. The COR shall provide the Contractor the required information and documents for installation passes. The Contractor shall provide a list of all employees that have that need to be registered for installation access. The format and content will be provided by the COR. The contractor shall provide an installation pass log within 30 days after contract award. The pass log shall be updated as employees are added or removed and submitted to the COR within 5 days after changes. Upon the termination of employment or termination/cancellation of this contract, the Contractor is responsible to collect the installation access passes. The contractor shall collect the installation access passes the same day employment of an individual has expired/terminated, and shall return them to the issuing office within 3 workdays. 1.6.7.3.2 Background Check Notification Requirements: If a background check on any employee or subcontractor employee performing services under this contract, whether the check was conducted as a condition of employment or as part of the contract with the Government, reveals any information from any source (including host country law enforcement) of criminal activity by Contractor employees, subcontractors, or subcontractor employees, the Contractor shall immediately: (1) Notify the KO or COR of that information; and (2) Traffic violations, other than parking, will be reported to the KO or COR only if the contract is for drivers for the Government. (3) Notify the KO or COR of any suspicious activity by Contractor employees, subcontractors, or subcontractor employees the Contractor believes may pose a risk to U.S. or host nation national security or imminent risk of deadly bodily harm to any person; (4) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this requirement. The Contractor shall include the substance of this paragraph and the preceding paragraph in all subcontracts. 1.6.7.4 Employment Eligibility: Contractor shall ensure that all contractor employees and sub-contractor employees who reside in the U.S. performing services under this contract have been pre-screened for employment eligibility using the E-verify Program on the Department of Homeland Security website http://www.uscis.gov/e-verify. Personnel that have not met the employment eligibility requirement on this website are not authorized to perform services under this contract. Verification of the eligibility check will be made available to the KO or COR upon request. This requirement is not in lieu of and does not relieve the Contractor from the I-9 Employment Eligibility Verification Forms for employment of personnel. 1.6.7.5 Operations Security (OPSEC) Requirements: Contractor personnel shall adhere to facility security policies and restrictions. If applicable, government issued access badges shall not be worn outside designated facilities where visible to the general public. The Contractor shall immediately report suspicious activities to security personnel. Contractor personnel shall be briefed on the OPSEC Requirements of the facility by the COR within 7 days of the start of performance. 1.6.7.6 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. Contractor shall not duplicate keys provided by the Government. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. 1.6.7.6.1 The Contractor shall report any occurrences of lost or duplicate keys/key cards to the KO, COR and physical property manager within two (2) hours or the next business day if after hours to request key or lock(s) replacement. This notification and request for key(s) and lock replacement shall be submitted in writing. The total cost of the replacement may be at the Contractor's expense. 1.6.7.6.2. Only authorized Contractor personnel shall use Government issued key(s) and/or key card(s). Contractor personnel shall follow security access requirements when entering secure areas. Contractor shall receive appropriate security clearance approval to allow visitor(s) access in secure areas. 1.6.7.7 Lock Combinations: N/A. 1.6.8 Post Award Conference/Contract Periodic Progress Meetings: The Contractor shall attend the post award conference convened by the contracting activity or contract administration office IAW Federal Acquisition Regulation (FAR) Subpart 42.5. The KO, COR, with other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the KO will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: ensure the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the KO and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel: The following contractor personnel are considered key personnel by the Government: Project/Contract Manager, AV Project Engineer, IT Infrastructure Project Engineer. The contractor shall provide a Project/Contract Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The Contractor shall provide resumes and/or other documentation demonstrating the experience of key personnel listed in 1.6.11.X (Attachment 2, Deliverable 01). 1.6.11 Special Qualifications or Certifications: 1.6.11.1 Project/Contract Manager and Alternate: Contractor shall have the following qualifications/certifications: • Bachelor of Science degree in Business Administration/Management, Engineering or equivalent • At least five years of experience, managing similar DOD Communications design/build projects 1.6.11.2 AV Project Engineer: Contractor AV Project Engineer shall have the following qualifications/certifications: • Bachelor of Science degree in engineering field or equivalent • Demonstrated experience with Video Teleconferencing (VTC), AMX control systems, Audio processing, Video Distribution Systems (VDS) and Fiber Matrix AV switches • At least five years of experience on similar DOD Communications design/build projects 1.6.11.3 IT Infrastructure Project Engineer: Contractor shall have the following qualifications/certifications: • Bachelor of Science degree in engineering field or equivalent • BICSI Registered Communications Distribution Designer (RCDD) or equivalent • Demonstrated experience with government/military computer networks, desktop automated information systems, and security classification-related infrastructure and separation requirements • At least five years of experience on similar DOD Communications design/build projects 1.6.12 Identification of Contractor Employees: Contractor employees shall identify themselves as contractor personnel and shall avoid representing themselves as Government employees. This identification includes meeting attendance, answering Government telephones, email communications, and working in other situations where contractor status is not obvious. Contractor personnel identification shall be easily identifiable through the display of badges IAW AER 27-715. 1.6.13 Contractor Travel: Contractor shall be required to travel between Stuttgart, Germany and Baumholder, Germany during the performance of this contract to attend meetings, complete de-installation, re-installation and testing of AV and IT systems. The Government anticipates two (2) trips to Baumholder, Germany will be required to support this contract. 1.6.14 Other Direct Costs (ODC): The Contractor shall include travel, material procurement and shipping, transportation, and HOLA/COLA costs if using TESA employees to complete this task order. 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software and configuration files of any hardware, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. Note that the Government does NOT anticipate software development or modification to occur as part of the service of this contract. 1.6.16 Non-Disclosure Requirements: Performance under this contract may require the Contractor to access data and information proprietary to a Government agency, another Government Contractor, or of such nature that its dissemination or use other than as specified in this work statement would be adverse to the interests of the Government or others. Neither the Contractor, nor Contractor personnel, shall divulge, nor release data or information developed, or obtained under performance of this work statement, except to authorize Government personnel or upon written approval of the KO. The Contractor shall not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as specified in this PWS. All documentation showing individual names or other personal information shall apply, and shall be controlled and protected under the provisions of the Privacy Act of 1974, Public Law 93-579, 5 United States Code (U.S.C.) Section 552a. The use of propaganda violates DOD Commercial Use of Imagery Guidelines stated at (http://www.defenseimagery.mil/products/dodimagery/commercialuse.html). The Contractor shall not cite any information (e.g., contract information, pictures, locations, etc.) obtained through this contract on any marketing tools to include its company website. 1.6.16.1 Non-Disclosure Statements: The Contractor shall provide signed non-disclosure agreements to the Government prior to commencement of work under the contract. Disclosure of information by Contractor personnel may result in Contractor personnel removal from performance of duties under this contract. 1.6.17 Organizational Conflict of Interest (OCI): Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.18 Phase-in/Phase-Out (PIPO) Period: N/A 1.6.19 Training Requirements: 1.6.19.1 Anti-Terrorism (AT) Level I Training: All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, and controlled-access areas will complete AT Level 1 awareness training within 7 calendar days after the contract start-date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor will submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the contracting officer, if a COR is not assigned, within 5 calendar days after training is completed by all employees and subcontractor personnel. AT Level 1 training is available online at https://atlevel1.dtic.mil/at. 1.6.19.2 OPSEC Training: Contractor employees, including subcontractors, shall complete Level I OPSEC training within 30 calendar days of employment under this contract. OPSEC Level I training is available at https://www.iad.gov/ioss/opse1301/index.htm. Contractor personnel must complete refresher training every 12 months. If training cannot be conducted on the website, the Contractor shall coordinate with the COR who will contact the local OPSEC Officer at their assigned location for classroom training. Contractor personnel completing training in the classroom will receive a certificate or the training attendance roster signed by the OPSEC Officer. Verification of the training shall be provided to the COR within 10 calendar days after completion of the training. 1.6.19.3 Information Assurance (IA) Training: Contractor employees, including subcontractors, requiring access to Government information systems shall complete the DOD IA Cyber Awareness Training. All employees working information technology (IT)/IA functions must comply with DOD and Army training requirements per DOD Directive (DODD) 8570.01, Information Assurance Training Certification and Workforce Management, DOD 8570.01-M, Information Assurance Workforce Improvement Program, and AR 25-2, Information Assurance, within 30 days of employment. Training is available at https://ia.signal.army.mil/DoDIAA/default.asp. All Contractor personnel and subcontractor personnel performing services under this contract with access to a government information system must be registered in the Army Training Certification Tracking System (ATCTS). 1.6.19.4 iWATCH/iSALUTE Training: The contractor and all associated subcontractors will brief all employees on the local iWATCH/iSALUTE program This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training will be completed within 10 calendar days after the contract is awarded and within 5 calendar days after new employees commence contract performance, with the results reported to the COR within 15 calendar days after the contract is awarded. 1.6.20 Foreign (OCONUS) Requirements: Specific AOR training content may be directed by the USEUCOM Commander, with the USAREUR ATO being the local POC 1.6.20.1 Theater and Country Clearance Requirements: Contractor shall ensure all U.S. citizen or U.S. resident contractor employees and sub-contractor employees performing services under this contract comply with the training and Theater/Country Clearance requirements listed in the Government Foreign Clearance Guide for the country in which they will be employed. The requirements can be found at https://www.fcg.pentagon.mil/fcg.cfm. Verification of the training will be made available to the KO or COR upon request. 1.6.20.2 Deoxyribonucleic Acid (DNA) Samples: N/A. 1.6.20.3 Medical Travel Requirements: N/A. 1.6.20.4 Synchronized Pre-deployment and Operational Tracker (SPOT): N/A.   PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. Definitions: 2.1.1 Contractor. The total contractor organization or a separate entity of it; such as an affiliate, division, or plant that performs its own purchasing. 2.1.2 Contracting officer (KO). A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. 2.1.3 Contracting officer's representative (COR). An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. 2.1.4 Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6 Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 Performance Work Statement (PWS). A statement of work for performance-based acquisitions that describes the required results in clear, specific, and objective terms with measurable outcomes. 2.1.8. Physical Security. Protection of the perimeter area, government property, and assets that prevent the loss or damage of Government property. 2.1.9 Quality Assurance. The various functions, including inspection, performed by the government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. 2.1.10 Quality Assurance Surveillance Plan (QASP). A plan describing how the agency will survey, observe, test, sample, evaluate and document the contractor's performance in meeting critical performance standards identified in the contract. 2.1.11 Quality Control (QC). Tasks performed by the contractor to improve the quality of the organization's output. 2.1.12 Shall. Imperative. 2.1.13. Subcontractor. Any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime contractor or another subcontractor. 2.1.12 Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12 Work Week. Monday through Friday, unless specified otherwise. 2.2 Acronyms: AER Army Europe Regulation AFFSSIR Armed Forces Repository of Specimen Samples ANSI American National Standards Institute AOR Area of Responsibility AR Army Regulation AT Anti-Terrorism AV Audio/Video BOM Bill of Materials CAT6 Category 6 CFR Code of Federal Regulations Class Classified CLIN Contract Line Item Number CMR Contract Manpower Reporting CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative CSP Construction Security Plan DD Form 254 Department of Defense Contract Security Requirement List DNA Deoxyribonucleic Acid (DNA) DOD Department of Defense DODD Department of Defense Directive DODI Department of Defense Instruction FAR Federal Acquisition Regulation FHP Force Health Protection FY Fiscal Year GFE Government Furnished Equipment GFP Government Furnished Property GFS Government Furnished Services IA Information Assurance IAW In Accordance With ICD 705 Intelligence Community Directive 705 IDP Installation Design Plan IT Information Technology ISP Inside Plant JPAS Joint Personnel Adjudication System JTR Joint Travel Regulation KO Contracting Officer LC Local Connector (IEC 61754-20 standard) LOA Letter of Authorization MM Multi Mode NIST National Institute of Standards and Technology OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OPSEC Operation Security OSP Outside Plant PDS Protected Distribution System PIPO Phase In/Phase Out POA&M Plans of Action and Milestone PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QCP Quality Control Program RA Requiring Activity SOP Standard Operating Procedures SOVT System Operational Verification Test SPAWAR U.S. Navy's Space and Naval Warfare Command SPOT Synchronized Predeployment and Operational Tracker TCN Third Country National TE Technical Exhibit TPOC Technical Point of Contact TR Telecommunications Room Unclass Unclassified U.S.C. United States Code PART 3 Government Furnished Equipment (GFE), Government Furnished Property (GFP), and Government Furnished Services (GFS) 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Services: The Government will provide software programmers to update AMX control code and digital signage and personnel to assist with conduct and verification of System Operation and Verification Testing (SOVT) for new installation at Baumholder. 3.2 Facilities: The Government will provide workspace for the contractor staff necessary to de-install (Stuttgart), store and re-install (Baumholder) the systems outlined in the PWS. The installation equipment/materials storage location will be provided by the Government in bldg 8250, bldg 8225, bldg 8226, or bldg 8235, Smith Barracks, Baumholder, Germany. 3.3 Utilities: The Government will provide all utilities available in the facility for the contractor's use in performance of tasks outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the faucets, turning off lights, trash removal and powering off equipment at the end of the workday. 3.4 Equipment: N/A. 3.5 Materials: The Government will provide the existing/installed AV systems and associated equipment located in INFOCEN, Conference Room and TR at Kelley Barracks, Bldg 3378 (Exhibit C). PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract. 4.2 Facility Security Clearance: The contractor shall possess and maintain a SECRET facility security clearance from the Defense Security Service. The Contractor's employees, performing work in support of this contract, shall have been granted a SECRET personnel security clearance from the Defense Industrial Security Clearance Office. The DD Form 254 is provided as Attachment 3. 4.3 Materials: The Contractor shall provide all materials/equipment identified in Government approved, Contractor developed Installation Design Plan and any other miscellaneous materials required for installation and not specifically identified within the Bill of Materials (BOM). 4.4 Equipment: The Contractor shall provide vehicles, tools, lifting and drilling/cutting equipment to meet the requirements under this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: Contractor shall provide non-personal services design, procurement, transportation, and installation to include re-use of existing equipment and procurement of new equipment per the design and requirements. 5.1 Basic Services. The Contractor shall relocate an existing INFOCEN and Conference Room AV system, and provide design, procurement and installation of a new multi-enclave IT and AV network infrastructure based on an approved 90% AV and IT IDP for Bldg 8250. Once the supporting facilities infrastructure is in place in Baumholder, the Contractor shall disconnect/move existing systems from Bldg 3378 and re-install in Bldg 8250. The work is to be at final operating capability (FOC) by 29 March 2016. In addition, the Contractor shall abide to standards and regulations specified in PWS, Para 6.1. 5.2 Progress Meetings: The Contractor shall attend in-person all the weekly and bi-weekly meetings relevant to the AV system relocation and IT installation and closely coordinate access/survey/materials delivery/installation/testing with Government representatives, tenants, and all other stakeholders. 5.3 Coordination Support: Contractor shall work closely with the COR and support the needs of the project at the sponsor level. On-site coordination of meetings, developing agenda items, attending high-level meetings, generating minutes, and tracking action items shall be required. Support may require a contractor to recommend policies, doctrine, tactics, and procedures at the DoD, Federal, State, and Local level given their past expert opinion or using analysis of actual outcomes. Project support may require significant coordination and interface with various DoD and non-DoD activities located in and out of OCONUS. 5.4 Plans of Action and Milestone (POA&M): The Contractor shall develop and upkeep a POA&M throughout the life of the contract, to ensure that all deliverables are submitted on time and that the project is aligned with other stakeholders' efforts. The POA&M shall include tasks, dates, durations, dependencies, assignees, progress checkpoints, and progress milestones. The POA&M will serve as the integrated project schedule and shall include and consider key external dependencies (e.g., renovations and/or upgrades by other organizations; stakeholder key operational or training events) that may impact project installation schedule. The POA&M shall identify the critical path and baseline schedule and will be delivered in a Microsoft Project and PDF file format (Attachment 2, Deliverable 02). The contractor shall provide an initial high-level POA&M indicating project start, design, procurement, testing, bldg 3378 de-installation, bldg 8250 installation, and closeout milestones as part of its bid. 5.5 Passive IT Network and AV Infrastructure 60%, 90% IDP: The contractor shall perform a survey at both bldg 3378 in Stuttgart and bldg 8250 in Baumholder and review Government-provided 30% AV design (Exhibit A), Bldg 8250 Network Requirements Layout (Exhibit B), and B3378 Bldg 3378 As-built AV and IT Installation Design Plan (Exhibit C), in order to develop and deliver a 60% IDP. 5.5.1 Within 30 days after award, the Contractor shall provide a 60% Installation Design Plan (Attachment 2, Deliverable 03 ) to the Government for approval. The 60% Installation Design Plan provided by the Contractor shall be developed in accordance with reference (6.1.25), the SPAWAR Shore Installation Process Handbook (SIPH). The SIPH defines the 60% design as: The 60% IDP shall include floor plans, list of materials (LOM) logical diagrams, and elevations. The 60% IDP stage finalizes the LOM so that upon approval by the customer of the 60% IDP, procurement on major equipment items can occur. The 60% drawings also take the logical diagrams and detailed wiring diagrams in sheets to depict connector details along with cable run lists and specifications. The 60% drawings also show power, heat, and dimension specifications for major equipment. This IDP stage is usually associated with final product submittal (equipment cut sheets) so that equipment to include make, model, color (if applicable), version, and functions are accepted and approved by the customer. The 60% design provided by the Contractor shall include: • Title/cover sheet • Drawing tree • Vicinity maps • Floor plans and elevations • List of materials • Power and heat calculations • Logical diagrams • Detailed wiring diagrams • Control diagrams • Cable run lists 5.5.2 Within 60 days after award, the Contractor shall provide a 90% Installation Design Plan (Attachment 2, Deliverable 04) to the Government for approval. The 90% Installation Design Plan provided by the Contractor shall be developed in accordance with reference (6.1.25), the SPAWAR Shore Installation Process Handbook (SIPH). The SIPH defines the 90% design as: The 90% IDP includes any changes to the design from the 60% design review. The final detail on the ports and connectors and equipment specific installation details are captured during this stage in the drawings. Also details such as cable run lists, configuration and addressing matrixes, control layouts, etc. are finalized at this stage. This drawing set shall represent the detail required to install the systems in the designated spaces, power up, and physically connect the devices. The 90% design provided by the Contractor is a follow-up to the 60% review. It shall incorporate changes requested by the COR after the 60% design review. The 90% design shall include (but is not limited to): • Title/cover sheet • Drawing tree • Vicinity maps • Floor plans and elevations • Line of sight drawings • List of materials • Power and heat calculations • Logical diagrams • Detailed wiring diagrams • Control diagrams • Cable run lists 5.6 IDP Reviews: The Contractor shall support internal 60% and 90% design reviews with the COR and external 60% and 90% design reviews with COR, and project stakeholders. The COR and Contractor shall coordinate a date, time and location for these reviews. The Contractor shall attend both internal and external Installation Design Plan reviews. The Contractor shall develop high level, decisional presentations to brief the IDPs to the COR and stakeholders. Government approval of 60% design is a required milestone/decision gate required before moving to the 90% design. The Contractor shall author and distribute meeting minutes and record changes at each internal and external design review for incorporation into the subsequent design. 5.7 Material/Equipment Procurement: The Contractor shall procure all the equipment/materials listed in the Contractor developed, Government approved, 60% IDP that cannot be recouped from Bldg 3378 for the relocation to Baumholder. In most cases, fiber and copper infrastructure, which is inside of conduit, walls and ceilings, and is home run back to the TR in Bldg 3378 will be left behind (not recouped). The Contractor shall make a recommendation to the Government of which infrastructure and equipment will be left behind and which will be re-installed in Baumholder, the delta of which shall be ordered by the Contractor. Additional Material/Equipment Procurement Requirements are as follows: a) The Contractor shall procure a replacement digital 38" LCD display to replace an inoperable one in the installed Conference Room system b) The Contractor shall procure new audio speakers for the new INFOCEN and Conference Room. The original speakers will not be re-utilized. c) The Contractor shall procure a full size rack for the AV TR to support network enclave and AV systems and a half rack that will support AV equipment in the Conference Room. The half rack shall be contained in a furniture shell that matches the color and style of the conference room furniture, is mobile, and ventilated to ensure equipment can operate within specified temperatures. d) To replace the existing Tandberg MXP codecs in B3378, which are End-of-Life and End-of-Service, the Contractor shall procure two replacement VTC codecs (one each for both LAN2 and LAN3 integration). These codecs shall be one rack unit in height, capable of 1080p video input/output, up to 10Mbps total MultiSite bandwidth, and compatible with H.265 video standards and Cisco API control. e) The Contractor shall procure wall mounts to install the existing 4x2 video wall in the INFOCEN and 2x2 video wall in the Conference Room (currently on free standing mounts) for the new location f) The Contractor shall procure two spare/replacement power modules for the Planar Clarity Matrix M55-L video wall system (PLANAR part no.7502077; redundant power supply) 5.8 AV System De-installation and Relocation: The Contractor in coordination with the COR shall test to ensure equipment is operational, de-install, securely package and transport existing Government furnished equipment/materials from Bldg 3378 (Kelley Barracks, Stuttgart, Germany) to Bldg 8250 (Smith Barracks, Baumholder, Germany). 5.8.1 AV System components include but are not limited to VTC codecs, Internet Protocol Television (IPTV), video walls/large screen displays, Smart Board, Smart Podiums, display mounts/stands, touch panels, digital clock/classification signs and PCs, microphones, racked equipment, transmitters and receivers, matrix switch, and associated recoverable cabling such as manufacturer specific video wall cables. Additional specifics not explicitly shown in the technical artifacts are included below. a) Desktop computer equipment such as KVMs, monitors, keyboards, mice, and telephones that are moved to Baumholder will be moved will be transported by Government and/or Military representatives and shall not be the responsibility of the Contractor. b) Ceiling speakers will not be re-utilized and removal is not the responsibility of the Contractor. c) Smart Monitors and Smart Board will be re-utilized d) With the exception of the conference table and the conference table control desk, furniture in bldg 3378 will not be re-utilized in bldg 8250 and is not the responsibility of the Contractor. The existing conference table which contains IT and AV integration as well as the conference room control desk shall be disconnected/disassembled, transported and re-installed by the contractor along with the other equipment for this effort. 5.8.2 The Contractor shall conduct a Pre-Move SOVT which will operationally check the A/V system and functionality of each AV system component, and provide the Government with a Preliminary Inventory list that includes manufacturer, model, serial number, operational status and detailed description of issues with problematic equipment (Attachment 2, Deliverable 05). Faulty equipment status will be verified by the Government. Once the test is complete the COR will remove the hard drives from all equipment labeled as "Classified" or "Secret" and the Government will be responsible for maintaining those hard drives and their transportation to Baumholder. Any equipment that passes the Pre-Move SOVT and is non-functional upon the installation test shall be replaced at the expense of the Contractor. 5.8.3 The Contractor shall pull AV infrastructure back to the Work Area Outlet (WAO) on the nearest wall and dispose of the infrastructure in accordance with Host Nation requirements unless otherwise directed. Re-usable items such as patch cords, connectors and adapters that are not needed for the relocation effort shall be turned over to the Government. The Contractor shall not dispose of the items the Government does not wish to keep. The items will be turned over to the COR to ensure they are handled in accordance with the appropriate regulation. 5.8.4 The Contractor shall be liable for any damages incurred during the move of the Government provided equipment/materials once the Government signs the Pre-SOVT. 5.9 Materials Storage/Site Delivery: The Contractor shall store transported and procured installation equipment/materials at Government provided secure rooms located in bldg 8250, bldg 8225, bldg 8226, or bldg 8235, Smith Barracks, Baumholder, Germany. The Contractor shall coordinate de-installation, transportation and delivery of installation equipment/materials to project site with COR. 5.10 Installation: The Contractor shall install all equipment/materials in accordance with PWS References 6.1.11 - 6.1.25 and the 90% IDP. Unique installation considerations are as follows: a) The Contractor may be required to work around operational personnel in INFOCEN and Conference Room during both de-installation and re-installation b) The Contractor shall make new penetrations and access hatches where required in existing raised wood floor platform in the INFOCEN. c) The Contractor shall make new penetrations through bldg 8250 interior concrete walls; penetrations from AV Telecommunications Room (TR) to the INFOCEN (same floor) and penetrations from AV TR to Conference Room (2nd floor through to 1st floor or 2nd floor up to the 3rd floor). Security-rated Protective Distribution Systems (PDS) will not be required to transition cabling through spaces which exist between the AV TR and the conference room on the first floor, however, conduit will be required when cabling is routed outside of false floors, ceilings, and furred walls. d) IPTV service which is a current capability for the installed system in bldg 3378 may not be available at Bldg 8250; however, the Contractor-installed system shall support other video services such as Global Broadcast Service (GBS) satellite video, Armed Forces Network (AFN) Satellite decoder and/or other satellite or cable television provider provided by the Government e) The Contractor shall be responsible for the AV connections from the workstation computer AV connections forward (e.g. PC, transmitter, switch). The Contractor shall not be responsible for setting up desktop systems besides relating to AV connections. f) The Contractor, upon completion, will conduct a test for functionality with the COR present to ensure functionality. All systems must be fully functional and tested by the COR before contract will be considered complete. 5.10.1 Grounding: The Contractor shall ground all newly installed infrastructure (e.g. cabling trays/pathways, enclosures, racks, switches) to existing grounding system in accordance with PWS References 6.1.11 - 6.1.20. 5.10.2 Labeling: The Contractor shall label all installed infrastructure (e.g. cabling, racks, switches, patch panels) in accordance with PWS References 6.1.26 and the 90% IDP. All labels shall be labeled consistently, right-side up and easily visible without having to move, remove, or relocate cables. Each cable shall be individually traceable by identifier back to the system drawings. 5.10.3 Fire stopping: The Contractor shall fire stop all newly created penetrations in compliance with each wall fire rating. 5.10.4 Damage repair: Contractor shall utilize best Department of Defense (DoD) and Industry practices during the installation and shall be responsible for immediate repair of any damages to existing facilities/infrastructure. 5.10.5 AV Control System: The Contractor shall install the AMX control system in accordance with the 90% IDP. The contractor shall be responsible for all physical copper and fiber audio, video, and control/serial connections; however, the Government will configure the AMX control system software code and digital classification and clock signage PCs for operation. Note that the Contractor shall be responsible for the AV infrastructure until it can be proved that the AV system is physically and logically wired correctly with audio, video, and control passing through the system. 5.10.6 Active Network Equipment: The Contractor shall procure and install Active Network equipment identified in the Bldg 8250 Network Requirements (Exhibit B) as LAN1. The Network equipment (e.g. network switches, modules) will be configured by the Government, prior to or upon Contractor installation. The Contractor shall procure and install the LAN1 network switch, and connect the up link, and install/connect/dress all patches. The network switch and associated equipment for LAN1 shall be on the approved product list for LAN1 and the contractor shall coordinate with Government network representatives on exact specifications. 5.10.7 Passive Network Equipment: The Contractor shall procure and install all passive network infrastructure (e.g. fiber, copper, patch panels, work area outlets) per the 90% IDP for the INFOCEN, Conference Room, TR and connecting spaces. The Contractor shall install Passive Infrastructure and Work Area Outlets (WAOs) for three (3) separate and distinct network pathways: LAN 1/DSN (analog) telephony, LAN2 and LAN3, and Non-Classified (AV). Three (3) separate cable pathways will be required and the pathways for LAN2/3 cabling shall be a minimum of 5 cm apart from the other pathways throughout the cable distribution to be in compliance with security/classification separation requirements. This includes floor cable tray installation, ceiling tray and/or j-hooks, and conduit (separate channels). PDS will not be required. The Contractor shall be responsible for procurement and installation of the passive infrastructure from the switch and/or patch panel and the distribution throughout the room to WAOs in accordance with Bldg 8250 Network Requirements (Exhibit B) and the 90% IDP. The Contractor shall not be responsible for network or workstation/PC configuration/imaging. 5.11 System Operational Verification Test (SOVT): AV hardware routing, switching, processing and other operating functions shall be tested and verified, as well as intercommunications with the AMX control system. The Government shall program the AMX control system and touch panels, and shall not be a requirement for the Contractor. The SOVT Plan will be developed by the Government and will include procedures for verifying the functional requirements of the designed system. Incomplete items or functions, which do not pass SOVT due to non-AMX code issues, shall be added to a Contractor developed punch list which shall be tracked and updated by the Contractor. Government concurrence shall be required prior to a punch list item being marked complete. The contractor shall conduct IT Network Passive Infrastructure testing as specified in the following subparagraphs, and provide test results (Attachment 2, Deliverable 06) which the Government will approve. This applies to all new and transitioned Contractor-installed IT AV systems. 5.11.1 Fiber Optic Cable Testing: For fiber optic cabling, Contractor shall perform bi-directional Optical Time Dispersion Reflectance (OTDR), Power Loss, Chromatic Dispersion (CD) and Polarization Mode Dispersion (PMD) testing, in accordance with PWS Reference 6.1.26. Contractor shall test and verify that each installed/transitioned system and subsystem operates without defects in accordance to SOVT Plan. Contractor shall capture and incorporate test results into Government acceptance SOVT. 5.11.2 CAT5/6 Copper Cable Testing: For CAT5/6 cabling, Contractor shall perform "Permanent or Basic Link" testing in accordance with PWS Reference 6.1.26. Contractor shall capture and incorporate test results into Government acceptance SOVT. 5.12.3 Grounding Testing: For grounding cabling, Contractor shall perform ground resistance test in accordance with PWS Reference 6.1.11 - 6.1.20, 6.1.25, 6.1.26. 5.13 As-Built IDP: The Contractor shall maintain an A3/tabloid (legible) printed copy of the approved 90% Installation Design Plan at the installation site at all times. This copy shall be used to capture all installation deviations and shall be considered red-lines. All comments shall be written legibly. The Contractor shall maintain the red-line drawing package in a secured location to avoid accidental loss. The Contractor shall make the red-line drawing package available to the COR at any time during the installation. The Contractor shall integrate all installation red-lines into the As-Built Installation Design Plan (Attachment 2, Deliverable 07). 5.14 Site Cleanup: The Contractor shall keep the work area clean and dispose of any waste and excess debris, in accordance with Host Nation laws/codes, at the end of each work day. The Contractor shall be responsible for cleaning all project areas prior to project closeout to ensure spaces are free of trash and dirt (move-in ready). 5.15 Task Order Closeout: The Contractor shall follow a structured process for Task Order Closeout by preparing a Project Final Report. Prior to formally submitting the Task Order Closeout documentation, the Contractor Project Manager shall meet with the COR to ensure objectives of the project have been satisfied and work performed is in accordance with the PWS. Within 15 days of contract expiration, the Contractor shall provide a Task Order Closeout Report indicating the status of all deliverables, the percentage of the job completed, any outstanding issues, and a list of any items/services under workmanship/manufacturer warranty. All GFE and CFE provided in support of the PWS shall either be consumed or returned to the Government. A final inventory list shall be required accounting for all government property. The Contractor shall incorporate information and receipts obtained from the initial disposition inventory list. For property being returned, the Contractor shall include on the inventory list the following minimum information: part numbers, NSN nomenclature, quantity, and condition of each item (i.e. Condition A, F, etc.). Paperwork validating official receipt by government is required for returned items. The Contractor shall develop and provide to the Government three (3) sets each of the final turnover CD/DVD copies and two (2) printed/tabbed and in a folder hardcopy sets to include: a) Compiled baseline and final project schedules in a single document (Attachment 2, Deliverable 02) b) Pre-SOVT results (Attachment 2, Deliverable 05) c) Infrastructure Connectivity Test Results (Attachment 2, Deliverable 06) d) As-built Installation Design Plan (Attachment 2, Deliverable 07) e) Compiled System Life-Cycle Documentation which includes (in a single file), system inventory with recommended spares and time (in years) for recommended equipment lifecycle replacement and warranty start and end dates (Attachment 2, Deliverable 08). f) Compiled As-built drawing packages in.DWG and.PDF format (Attachment 2, Deliverable 07). g) A System Operation and Maintenance Guide including instructions and sequences for restarting the system, troubleshooting procedures and flow chart indicating functional setup (Attachment 2, Deliverable 09). h) Configuration files for any hardware components (Attachment 2, Deliverable 10). The Contractor shall not place its company logo, name, or reference anywhere within these documents or on media containing these documents (PWS para 1.6.15.) 5.16 Enterprise-Wide Contractor Manpower Reporting (eCMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. There are four separate eCMRA tools: Army, Air Force, Navy and All Other Defense Components. The appropriate eCMRA reporting tool to use is determined by the requiring activity being supported (e.g., if DISA awards a contract for an Air Force requiring activity, the contractor shall load the required reporting data in the "Department of Air Force CMRA" tool) and then click on the "Department of the Army CMRA" or the icon of the DOD organization that is receiving or benefitting from the contract services. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If contract period of performance ends prior to September 30, the contractor has 30 days from end date of the contract to complete the eCMRA requirement. The contractor shall enter initial data into the appropriate eCMRA tool to establish the basic contract record no later than 15 working days after receipt of contract award or contract modification incorporating this clause. The contractor shall notify the COR when the basic contract record has been established in the appropriate eCMRA tool. Contractors may direct questions to the help desk by clicking on the "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): 6.1 The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 6.1.1 DOD Commercial Use of Imagery Guidelines 6.1.2 AR 190-13, The Army Physical Security Program 6.1.3 DOD 5220.22-M, National Industrial Security Program Operating Manual 6.1.4 Defense Federal Acquisition Regulation Supplement (DFARS) 6.1.5 Joint Travel Regulation (JTR) 6.1.6 AR 735-5, Policies and Procedures for Property Accountability 6.1.7 DODD 8570.01, Information Assurance Training Certification and Workforce Management 6.1.8 DOD 8570.01-M, Information Assurance Workforce Improvement Program 6.1.9 AR 25-2, Information Assurance 6.1.10 DODI 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed Forces 6.1.11 ANSI/IEEE C2-2007, National Electrical Safety Code Handbook 6.1.12 NFPA 70, National Electrical Code (NEC)/National Fire Protection Association (NFPA) NFPA 70 6.1.13 FS W-C586, Conduit Outlet Boxes, Bodies, and Entrance Caps, Electrical: Cast Metal 6.1.14 IEEE STD 142, Recommended Practice for Grounding of Industrial and Commercial Power Systems 6.1.15 MIL-STD-188-124B, Grounding, Bonding and Shielding for Communications Systems 6.1.16 IEEE C62.41, Surge Voltage in Low Voltage AC Power Circuits 6.1.17 EIA 310-D, Cabinets, Racks, Panels, and Associated Equipment 6.1.18 ANSI/TIA-606-B, Administration Standard for Commercial Telecommunications Infrastructure 6.1.19 NEMA 250-2008, Enclosures for Electrical Equipment 6.1.20 ASTM Standards Vol. II, Copper Conductors for Electrical Power and Electronic Hook-up Wiring 6.1.21 UFC-1-300-09N, Unified Facilities Criteria - Design Procedures 6.1.22 UFC 3-580-01, Unified Facilities Criteria - Telecommunications (all sections) 6.1.23 OSHA, 29 CFR, OSHA Regulations (Standards - 29 CFR) 6.1.24 UCR 2013, DoD Unified Capabilities Requirements (UCR) 2013 6.1.25 COMSPAWAR M-4720.1, Shore Installation Process Handbook (SIPH), v4.0 6.1.26 USAREUR CDS, United States Army in Europe (USAREUR) Cable Distribution Standards (CDS) Construction Standards 6.1.27 ELIE-ISE-TI12-092, US Army Installation and Campus Area Network Design Guide (TR No. ELIE-ISE-TI 12-092, June 2012) 6.1.28 AMSEL-IE-TI09-001-7A, US Army Information Systems Engineering Command (USAISEC) Outside Plant Design and Performance Requirements (OSPDPR), (TR No. AMSEL-IE-TI 09-001-7A, Feb 2009) 6.1.29 TC3IA, Technical Criteria for the Installation Information Infrastructure Architecture (Feb 2010) 6.1.30 ICD 801, Intelligence Community Directive (ICD) 801, "Acquisition", 15 August 2006 6.1.31 CNSSAM TEMPEST/1-13, Red Black Installation Guidance, 17 January 2014 6.1.32 NSTISSI No. 7003, National Security Telecommunications and Information Systems Security Instruction (13 December 1996) 6.1.33 IA Pub-5239-22, Information Assurance Protected Distribution System (PDS) Publication 6.1.34 AER 27-715 Contractor Identification 6.1.35 AER 190-16 Installation Access Control PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7. Attachment or Technical Exhibit List: 7.1 Attachment 1 - Performance Requirements Summary 7.2 Attachment 2 - Deliverables Schedule 7.3 Attachment 3 - DoD Contract Security Classification Specification (DD 254) 7.3 Technical Exhibit A - Bldg 8250 30% AV Design 7.4 Technical Exhibit B - Bldg 8250 Network Requirements Layout 7.5 Technical Exhibit C - Bldg 3378 As-built AV and IT Installation Design Plan ATTACHMENT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. PERFORMANCE OBJECTIVE STANDARD PERFORMANCE THRESHOLD METHOD OF SURVEILLANCE 1) PWS Part 1 Section 1.6 Management and Administration Contractor shall comply with PWS provisions relating to Management and Administration operations. Monthly COR inspection checklist Pass / Fail criteria. Document number >95 Percent Total Overall PRS Inspection Checklist Compliant Rate 100% Inspection of COR PRS Inspection Checklist 2) PWS Part 1 Section 1.6 Management and Administration Contractor shall comply with PWS provisions relating to Management and Administration processes. Surveillance Process Audits 0 Safety/Environmental Discrepancies < 1 Technical Discrepancies Periodic Inspection 3) PWS Part 3 Government Furnished Item and Services Contractor shall comply with PWS provisions relating to Government Furnished Item and Services operations. Monthly COR inspection checklist Pass / Fail criteria. Document number >95 Percent Total Overall PRS Inspection Checklist Compliant Rate 100% Inspection of COR PRS Inspection Checklist 4) PWS Part 3 Government Furnished Items and Services Contractor shall comply with PWS provisions relating to Government Furnished Items and Services processes. Surveillance Process Audits 0 Safety/Environmental Discrepancies < 1 Technical Discrepancies Periodic Inspection 5) PWS Part 4 Contractor Furnished Items and Services Contractor shall comply with PWS provisions relating to Contractor Furnished Items and Services operations. Monthly COR inspection checklist Pass / Fail criteria. Document number >95 Percent Total Overall PRS Inspection Checklist Compliant Rate 100% Inspection of COR PRS Inspection Checklist 6) PWS Part 4 Contractor Furnished Items and Services Contractor shall comply with PWS provisions relating to Contractor Furnished Items and Services processes. Surveillance Process Audits 0 Safety/Environmental Discrepancies < 1 Technical Discrepancies Periodic Inspection 7) PWS Part 5 Specific Tasks Contractor shall comply with PWS provisions relating to Specific Tasks operations. Monthly COR inspection checklist Pass / Fail criteria. Document number >95 Percent Total Overall PRS Inspection Checklist Compliant Rate 100% Inspection of COR PRS Inspection Checklist 8) PWS Part 5 Specific Tasks Contractor shall comply with PWS provisions relating to Specific Tasks processes. Surveillance Process Audits 0 Safety/Environmental Discrepancies < 1 Technical Discrepancies Periodic Inspection 9) PWS Part 6 Applicable Publications Contractor shall comply with PWS provisions relating to Applicable Publications operations. Monthly COR inspection checklist Pass / Fail criteria. Document number >95 Percent Total Overall PRS Inspection Checklist Compliant Rate 100% Inspection of COR PRS Inspection Checklist 10) PWS Part 6 Applicable Publications Contractor shall comply with PWS provisions relating to Applicable Publications processes. Surveillance Process Audits 0 Safety/Environmental Discrepancies < 1 Technical Discrepancies Periodic Inspection 11) PWS Part 7 Technical Exhibit Listing Contractor shall comply with PWS provisions relating to Technical Exhibit Listing operations. Monthly COR inspection checklist Pass / Fail criteria. Document number >95 Percent Total Overall PRS Inspection Checklist Compliant Rate 100% Inspection of COR PRS Inspection Checklist 12) PWS Part 7 Technical Exhibit Listing Contractor shall comply with PWS provisions relating to Technical Exhibit Listing processes. Surveillance Process Audits 0 Safety/Environmental Discrepancies < 1 Technical Discrepancies Periodic Inspection ATTACHMENT 2 Deliverables Schedule Deliverable Frequency # of Copies Medium/Format Submit To 01 - Key Personnel Resumes and Experience Documentation [PWS para. 1.6.11] Deliverable is to be provided with bid submission 01 soft copy Deliverable is to be provided as an Adobe PDF document COR 02 - POA&M [PWS para. 5.4] Deliverable is to be provided with bid submission (initial POA&M) and 15 days prior to contract expiration (closeout package) 03 soft copies and 02 hard copies to be provided 15 days prior to contract expiration Deliverable is to be provided via soft copy (initial POAM) and hard copy (closeout package) - MS Project and Adobe PDF COR 03 - 60% Installation Design Plan (IDP) [PWS para. 5.5.1] Deliverable is to be provided within 30 days of contract award 03 soft copies and 02 hard copies to be provided within 30 days of contract award Deliverable is to be provided via soft copy and hard copy (closeout package) - AutoCAD (.DWG) and Adobe PDF COR 04 - 90% Installation Design Plan (IDP) [PWS para. 5.5.2] Deliverable is to be provided within 60 days of contract award 03 soft copies and 02 hard copies to be provided within 60 days of contract award Deliverable is to be provided via soft copy and hard copy (closeout package) - AutoCAD (.DWG) and Adobe PDF COR 05 - Pre-Move SOVT [PWS para 5.8.2] Deliverable is to be provided prior to transportation of equipment from Stuttgart to Baumholder and 15 days prior to contract expiration (closeout package) 03 soft copies and 02 hard copies to be provided 15 days prior to contract expiration Deliverable is to be provided via soft copy (pre-project closeout package) and hard copy (closeout package) - MS Excel and Adobe PDF COR 06 - Passive Infrastructure Test Results [PWS para. 5.11] Deliverable is to be provided prior to Government SOVT and 15 days prior to contract expiration (closeout package) 03 soft copies and 02 hard copies to be provided within 60 days of contract award Deliverable is to be provided via soft copy (pre-project closeout package) and hard copy (closeout package) - MS Word and Adobe PDF COR 07 - As-built Installation Design Plan (IDP) [PWS para. 5.13] Deliverable is to be provided 15 days prior to contract expiration (closeout package) 03 soft copies and 02 hard copies to be provided 15 days prior to contract expiration Deliverable is to be provided via soft copy and hard copy (closeout package) - AutoCAD (.DWG) and Adobe PDF COR 08 - System Life-Cycle Documentation [PWS para. 5.15] Deliverable is to be provided 15 days prior to contract expiration (closeout package) 03 soft copies and 02 hard copies to be provided 15 days prior to contract expiration Deliverable is to be provided via soft copy and hard copy (closeout package) - MS Word or Excel and Adobe PDF COR 09 - System Operation and Maintenance Guide [PWS para. 5.15] Deliverable is to be provided 15 days prior to contract expiration (closeout package) 03 soft copies and 02 hard copies to be provided 15 days prior to contract expiration Deliverable is to be provided via soft copy and hard copy (closeout package) - MS Word or similar and Adobe PDF COR 10 - System Hardware Configuration files (as applicable) [PWS para. 5.15] Deliverable is to be provided 15 days prior to contract expiration (closeout package) 02 hard copies to be provided 15 days prior to contract expiration Deliverable is to be provided via soft copy (closeout package) COR ATTACHMENT 3 DD Form 254 INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 29-SEP-2015 TO 30-MAR-2016 N/A W6MT JOINT SPEC OPS AV DET RICHARD JONES PANZER KASERNE BLDG 2935 PANZER STRASSE 71032 BOEBLINGEN GERMANY 314-421-5725 FOB: Destination W90YUQ 0002 31-OCT-2015 (SAME AS PREVIOUS LOCATION) FOB: Destination W90YUQ CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-29 Notification Of Visa Denial APR 2015 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-10 Waste Reduction Program MAY 2011 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.229-6 Taxes--Foreign Fixed-Price Contracts FEB 2013 52.232-18 Availability Of Funds APR 1984 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 CCE-232-4001 FOREIGN VENDORS REQUESTING PAYMENT VIA ELECTRONIC FUNDS TRANSFER (MARCH 2005) MAR 2005 CLAUSES INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision -- "Economically disadvantaged women-owned small business (EDWOSB) Concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. 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 electronically on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ___. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a women-owned small business concern. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___ (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ___ ) has, ( ___ ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ___ ) has, ( ___ ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ___ ) has developed and has on file, ( ___ ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ___ ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American--Supplies." (2) Foreign End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf (COTS) item,'' ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,'' ``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.'' (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American -Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. ___ ___ ___ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 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 Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled ``Trade Agreements''. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ___ ) are, ( ___ ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ___ ) Are, ( ___ ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countriesof 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 it 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. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ___ ) does ( ___ ) does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ___ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ___ ) does ( ___ ) does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ___ ) TIN: --------------------. ( ___ ) TIN has been applied for. ( ___ ) TIN is not required because: ( ___ ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ___ ) Offeror is an agency or instrumentality of a foreign government; ( ___ ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ___ ) Sole proprietorship; ( ___ ) Partnership; ( ___ ) Corporate entity (not tax-exempt); ( ___ ) Corporate entity (tax-exempt); ( ___ ) Government entity (Federal, State, or local); ( ___ ) Foreign government; ( ___ ) International organization per 26 CFR 1.6049-4; ( ___ ) Other ----------. (5) Common parent. ( ___ ) Offeror is not owned or controlled by a common parent; ( ___ ) Name and TIN of common parent: Name - ___. TIN - ___. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. 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) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates ``has'' in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ___ Immediate owner legal name: ___ (Do not use a ``doing business as'' name) Is the immediate owner owned or controlled by another entity: [ ___ ] Yes or [ ___ ] No. (3) If the Offeror indicates ``yes'' in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ___ Highest-level owner legal name: ___ (Do not use a ``doing business as'' name) (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] X (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (OCT 2014) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). ____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). ____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ____ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). ____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (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.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $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) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) X (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using http://www.xe.com in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall-- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is-- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT; telephone, DSN 222-9832 or commercial (703) 692-9832 (End of clause) 252.229-7001 TAX RELIEF (SEPT 2014) - ALTERNATE I (SEPT 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: [Value Added Tax] RATE (PERCENTAGE): [19%] (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (d) Tax relief will be claimed in Germany pursuant to the provisions of the Agreement Between the United States of America and Germany Concerning Tax Relief to be Accorded by Germany to United States Expenditures in the Interest of Common Defense. The Contractor shall use Abwicklungsschein fuer abgabenbeguenstigte Lieferungen/Leistungen nach dem Offshore Steuerabkommen (Performance Certificate for Tax-Free Deliveries/Performance according to the Offshore Tax Relief Agreement) or other documentary evidence acceptable to the German tax authorities. All purchases made and paid for on a tax-free basis during a 30-day period may be accumulated, totaled, and reported as tax-free. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. W90YUQ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC HQ0672 Issue By DoDAAC W564KV Admin DoDAAC W564KV Inspect By DoDAAC W90YUQ Ship To Code W90YUQ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) W90YUQ Service Acceptor (DoDAAC) W90YUQ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. jamell.a.mejia2.civ@mail.mil (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. angelika.e.moshammer.ln@mail.mil (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) CCE 204-4000 U.S. AND HOST NATION HOLIDAYS (March 2005) US Holidays Work Shall Not be performed on U.S. holidays occurring during the normal workweek. When a U.S holiday occurs on a Saturday or a Sunday, the holiday is observed on the preceding Friday or following Monday, respectively. Host Nation Holidays Work Shall Not be performed on local Host Nation* holidays occurring during the normal workweek. * Local host nation holidays occur in the region/state where contract performance takes place. The U.S. holidays are: New Year's Day January 1st M L King Memorial Day 3d Monday in January Presidents' Day 3d Monday in February Memorial Day last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2d Monday in October Veterans' Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th The German national and local holidays are: New Years Day 01 January Three King's Day (Only in Baden Wurttemberg and Bavaria) 06 January Good Friday varies yearly Easter Monday varies yearly Labor Day 01 May Ascension Day varies yearly Whit Monday varies yearly Corpus Christi (Only in Baden-Wurttemberg, Bavaria, Hessen, varies yearly Nordrhein- Westphalia,Rhineland-Palatinate and Saarland) Assumption Day (Only in Saarland and Roman Catholic 15 August areas of Bavaria) Day of German Unity 03 October All Saints' Day (Only in Baden-Wuerttemberg, Bavaria, 01 November North Rhine-Westphalia, Rhineland-Palatinate and Saarland) 1st Christmas 25 December 2nd Christmas Day 26 December (End of local clause) CCE 204-4008 Background Checks - U.S. and Host Nation Contractors (GERMANY) (March 2005) 1. U.S. Citizen Contractors that work with or teach youths under the age of 18 years are subject to local and stateside background checks. The activity manager will determine the extent of background checks required. The contractor employee may begin performance of the contract after receiving a favorable local background check. The contractor agrees to replace the employee should results of the stateside background check, if required, be unfavorable as determined by the activity manager. The contractor's replacement of the employee with the unfavorable background check shall be within a timeframe provided by the activity manager. The contractor also agrees to replace employees whose background check, during their tenure of employment, renders them with an unfavorable local or stateside background check, as determined by the activity manager. Activity managers will forward a copy of each background check, identifying such with the appropriate contract number, to the contracting officer for inclusion in the contract file. When the Government awards a nonpersonal services contract directly to an individual, the failure of said individual to provide a favorable background check would be grounds for termination. 2. Local Nationals and Third Country Nationals Local national and third country national contractors that work with or teach youths under the age of 18 years are subject to background checks as determined by the activity manager. As a minimum prior to beginning performance, local national and third country national contractors will furnish the activity manager a Polizeiliches Fuehrungszeugnis issued within the previous four months. The activity manager will determine the favorability of the Polizeiliche Fuehrungszeugnis. Local nationals and third country nationals agree to the same employee termination provisions as stated for US Citizens (above). A copy of the Polizeiliche Fuehrungszeugnis will be forwarded to the contracting officer with appropriate contract number, for inclusion in the contract file. CCE 225-4000 AUTHORIZATION TO PERFORM SERVICES IN GERMANY (March 2005) Contractors performing services in the Federal Republic of Germany (FRG) shall comply with German law. The Contractor shall determine whether performance requires registration with German authorities or authorization to do business in Germany and, if so, shall comply with all requirements. Whether or not registration or authorization to do business is required, the Contractor also shall determine what documents or authorization its employees and any subcontractor employees must possess to work in Germany. The Contractor shall ensure affirmatively that its employees and subcontractor employees possess such documents or authorizations. Contractor employees who: (a) are not nationals of Germany or other European Union countries, and (b) are not members of the force, the civilian component or theirdependents, and (c) do not have assimilated status under Articles 71, 72, or 73 of the Supplementary Agreement to the NATO SOFA shall possess work and residence permits. By acceptance of and performance under this contract and any task orders or delivery orders issued hereunder, the Contractor affirms that it has complied with the requirements above. Compliance with this clause and German law is a material contract requirement. Noncompliance by the Contractor or Subcontractor at any tier shall be grounds for issuing a negative past performance evaluation and terminating this contract, task order, or delivery order for default. (End of local clause) CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (March 2005) (a) Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. (b) The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firm's failure to comply with Installation Access Control (IAC) processing requirements. (c) The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. (d) AE 190-16 (and AE 190-16-G German translation) can be found on the following website: http://www.hq.usacce.army.mil/ (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: Organizational Sponsor: _CPT Gutierrez, Juan C. ___________________________ Location: Kelley Barracks Suttgart, Germany_______Building No: _3378________ DSN Phone No: 421-5428______ Commercial Phone No: 0160-9850-7681_______ Organizational Sponsor: _CPT Gutierrez, Juan C. ___________________________ Location: Smith Barracks Suttgart, Germany_______Building No: _8250________ DSN Phone No: 421-5428______ Commercial Phone No: 0160-9850-7681_______ Installation Access Control Office: Location: Kelley Barracks Stuttgart, Germany____Building No: 3304___________ DSN Phone No: _421-5478_____ Commercial Phone No: N/A_________________ CCE.233-4002 AMC-LEVEL PROTEST PROGRAM (January 2014) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4372840146b68da47f30bd23dc4eeca5)
 
Place of Performance
Address: Kelley Barracks, Stuttgart, Germany and Smith Barracks, Baumholder, Germany, Stuttgart, Non-U.S., Germany
 
Record
SN03867429-W 20150903/150902001221-4372840146b68da47f30bd23dc4eeca5 (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.