W9124m 18 q 0007 railway highway crossing protection system 905624

Page 1

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

1. REQUISITION NUMBER

PAGE 1 OF

141

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO.

3. AWARD/EFFECTIVE DATE

7. FOR SOLICITATION INFORMATION CALL:

9. ISSUED BY

5. SOLICITATION NUMBER

6. SOLICITATION ISSUE DATE

W9124M-18-Q-0007

10-Jan-2018

a. NAME

b. TELEPHONE NUMBER (No Collect Calls)

8. OFFER DUE DATE/LOCAL TIME

ROBERT J. RUTKOWSKI

912-767-8462

11:59 PM 11 Feb 2018

CODE

4. ORDER NUMBER

W9124M

MICC - FORT STEWART 976 WILLIAM H. WILSON AVE SUITE 100 FORT STEWART GA 31314

10. THIS ACQUISITION IS

X SMALL BUSINESS

TEL: (912)767-8420 FAX: 11. DELIVERY FOR FOB DESTINA-

UNRESTRICTED OR

X SET ASIDE:

HUBZONE SMALL BUSINESS

EDWOSB

SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

NAICS:

238210 SIZE STANDARD:

$15,000,000 13b. RATING

12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700)

TION UNLESS BLOCK IS MARKED

14. METHOD OF SOLICITATION

SEE SCHEDULE

X RFQ

15. DELIVER TO

CODE

100 % FOR:

WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM

IFB

RFP

16. ADMINISTERED BY

CODE

18a. PAYMENT WILL BE MADE BY

CODE

SEE SCHEDULE 17a.CONTRACTOR/ OFFEROR

FACILITY CODE

CODE

TELEPHONE NO. 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 19. ITEM NO.

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM

20. SCHEDULE OF SUPPLIES/ SERVICES

21. QUANTITY

22. UNIT

23. UNIT PRICE

24. AMOUNT

SEE SCHEDULE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

25. ACCOUNTING AND APPROPRIATION DATA

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. X 1

ADDENDA

X ARE

ARE NOT ATTACHED

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED.

ADDENDA

ARE

ARE NOT ATTACHED

X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

1

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

30a. SIGNATURE OF OFFEROR/CONTRACTOR

30b. NAME AND TITLE OF SIGNER

29. AWARD OF CONTRACT: REF. OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

31a.UNITED STATES OF AMERICA

30c. DATE SIGNED

(SIGNATURE OF CONTRACTING OFFICER)

31b. NAME OF CONTRACTING OFFICER

(TYPE OR PRINT)

31c. DATE SIGNED

(TYPE OR PRINT) TEL: EMAIL:

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212


PAGE 2 OF 141

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED) 19. ITEM NO.

20. SCHEDULE OF SUPPLIES/ SERVICES

21. QUANTITY

22. UNIT

23. UNIT PRICE

24. AMOUNT

SEE SCHEDULE

32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED

INSPECTED

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

32c. DATE

32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

REPRESENTATIVE

32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER PARTIAL

34. VOUCHER NUMBER

35. AMOUNT VERIFIED CORRECT FOR

37. CHECK NUMBER

COMPLETE

FINAL

38. S/R ACCOUNT NUMBER

36. PAYMENT

39. S/R VOUCHER NUMBER

PARTIAL

FINAL

40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAY MENT 42a. RECEIVED BY (Print) 41c. DATE 41b. SIGNATURE AND TITLE OF CERTIFY ING OFFICER 42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD)

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2/2012) BACK Prescribed by GSA – FAR (48 CFR) 53.212


Section SF 1449 - CONTINUATION SHEET

ITEM NO 0001

SUPPLIES/SERVICES

ESTIMATED UNIT UNIT PRICE QUANTITY 60 Each Maintenance and Repair of RRHCPS FFP Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monthly maintenance, inspections, testing and repair. IAW PWS paragraph 5.4 through 5.4.5. FOB: Destination

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO

SUPPLIES/SERVICES

ESTIMATED QUANTITY 50

UNIT

UNIT PRICE

0002

Hours Emergency Repair Service FFP Provide Emergency Repair work completed IAW PWS paragraph 5.6 through para 5.6.5. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

ESTIMATED AMOUNT

ESTIMATED NET AMT

3


ITEM NO

SUPPLIES/SERVICES

ESTIMATED QUANTITY 30

UNIT

UNIT PRICE

0003

Hours Non-Emergency Repairs FFP Provide Non-Emergency Repairs provide IAW PWS para 5.7 throguh 5.7.2. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO

SUPPLIES/SERVICES

ESTIMATED QUANTITY 5,000

UNIT

UNIT PRICE

0004

Each Repair Parts FFP Provide Repair Parts IAW PWS para. 5.8 through 5.8.4 THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE AMOUNTS APPROVED, RECEIVED, AND ACCEPTED. THIS LINE ITEM IS NOT FOR QUOTE PURPOSES AND WILL BE FILLED IN BY THE GOVERNMENT. FOB: Destination

ESTIMATED AMOUNT

ESTIMATED NET AMT

4


ITEM NO

SUPPLIES/SERVICES

0005

ESTIMATED QUANTITY 1

UNIT

UNIT PRICE

ESTIMATED AMOUNT (Not Seperately Priced) (NSP)

Each

Manpower Reporting FFP FFP Manpower Reporting Contractor is required to enter all contractor data into Contract Manpower Reporting (CMR) system in accordance with the PWS and all other terms and conditions of the contract. Data must be accurate, complete and entered into the CMR prior to 31 OCT. FOB: Destination (Not Seperately Priced) (NSP)

ESTIMATED NET AMT

ITEM NO 1001 OPTION

UNIT UNIT PRICE ESTIMATED QUANTITY 60 Each Maintenance and Repair of RRHCPS FFP Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monthly maintenance, inspections, testing and repair. IAW PWS paragraph 5.4 through 5.4.5. FOB: Destination SUPPLIES/SERVICES

ESTIMATED AMOUNT

ESTIMATED NET AMT

5


ITEM NO

SUPPLIES/SERVICES

1002

Hours Emergency Repair Service FFP Provide Emergency Repair work completed IAW PWS paragraph 5.6 through para 5.6.5. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

OPTION

ESTIMATED QUANTITY 50

UNIT

UNIT PRICE

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO 1003

SUPPLIES/SERVICES

QUANTITY 30

UNIT Hours

UNIT PRICE

OPTION

Non-Emergency Repairs FFP Provide Non-Emergency Repairs provide IAW PWS para 5.7 throguh 5.7.2. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

AMOUNT

NET AMT

6


ITEM NO

SUPPLIES/SERVICES

1004

Each Repair Parts FFP Provide Repair Parts IAW PWS para. 5.8 through 5.8.4 THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE AMOUNTS APPROVED, RECEIVED, AND ACCEPTED. THIS LINE ITEM IS NOT FOR QUOTE PURPOSES AND WILL BE FILLED IN BY THE GOVERNMENT. FOB: Destination

OPTION

ESTIMATED QUANTITY 5,000

UNIT

UNIT PRICE

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO 1005 OPTION

SUPPLIES/SERVICES

ESTIMATED QUANTITY 1

UNIT

UNIT PRICE

ESTIMATED AMOUNT NSP

Each

Manpower Reporting FFP Manpower Reporting Contractor is required to enter all contractor data into Contract Manpower Reporting (CMR) system in accordance with the PWS and all other terms and conditions of the contract. Data must be accurate, complete and entered into the CMR prior to 31 OCT. FOB: Destination NSP

ESTIMATED NET AMT

7


ITEM NO 2001 OPTION

SUPPLIES/SERVICES

ESTIMATED UNIT UNIT PRICE QUANTITY 60 Each Maintenance and Repair of RRHCPS FFP Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monthly maintenance, inspections, testing and repair. IAW PWS paragraph 5.4 through 5.4.5. FOB: Destination

ESTIMATED AMOUNT

ESTIMATED NET AMT

UNIT PRICE

SUPPLIES/SERVICES

2002

Hours Emergency Repair Service FFP Provide Emergency Repair work completed IAW PWS paragraph 5.6 through para 5.6.5. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

OPTION

ESTIMATED QUANTITY 50

UNIT

ITEM NO

ESTIMATED AMOUNT

ESTIMATED NET AMT

8


ITEM NO 2003

SUPPLIES/SERVICES

QUANTITY 30

UNIT Hours

UNIT PRICE

OPTION

Non-Emergency Repairs FFP Provide Non-Emergency Repairs provide IAW PWS para 5.7 throguh 5.7.2. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

AMOUNT

NET AMT

UNIT PRICE

SUPPLIES/SERVICES

2004

Each Repair Parts FFP Provide Repair Parts IAW PWS para. 5.8 through 5.8.4 THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE AMOUNTS APPROVED, RECEIVED, AND ACCEPTED. THIS LINE ITEM IS NOT FOR QUOTE PURPOSES AND WILL BE FILLED IN BY THE GOVERNMENT. FOB: Destination

OPTION

ESTIMATED QUANTITY 5,000

UNIT

ITEM NO

ESTIMATED AMOUNT

ESTIMATED NET AMT

9


ITEM NO

SUPPLIES/SERVICES

2005

Each Manpower Reporting FFP Manpower Reporting Contractor is required to enter all contractor data into Contract Manpower Reporting (CMR) system in accordance with the PWS and all other terms and conditions of the contract. Data must be accurate, complete and entered into the CMR prior to 31 OCT. FOB: Destination

OPTION

ESTIMATED QUANTITY 1

UNIT

UNIT PRICE

ESTIMATED AMOUNT NSP

NSP

ESTIMATED NET AMT

ITEM NO 3001 OPTION

UNIT UNIT PRICE ESTIMATED QUANTITY 60 Each Maintenance and Repair of RRHCPS FFP Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monthly maintenance, inspections, testing and repair. IAW PWS paragraph 5.4 through 5.4.5. FOB: Destination SUPPLIES/SERVICES

ESTIMATED AMOUNT

ESTIMATED NET AMT

10


ITEM NO

SUPPLIES/SERVICES

3002

Hours Emergency Repair Service FFP Provide Emergency Repair work completed IAW PWS paragraph 5.6 through para 5.6.5. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

OPTION

ESTIMATED QUANTITY 50

UNIT

UNIT PRICE

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO 3003

SUPPLIES/SERVICES

QUANTITY 30

UNIT Hours

UNIT PRICE

OPTION

Non-Emergency Repairs FFP Provide Non-Emergency Repairs provide IAW PWS para 5.7 throguh 5.7.2. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

AMOUNT

NET AMT

11


ITEM NO

SUPPLIES/SERVICES

3004

Each Repair Parts FFP Provide Repair Parts IAW PWS para. 5.8 through 5.8.4 THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE AMOUNTS APPROVED, RECEIVED, AND ACCEPTED. THIS LINE ITEM IS NOT FOR QUOTE PURPOSES AND WILL BE FILLED IN BY THE GOVERNMENT. FOB: Destination

OPTION

ESTIMATED QUANTITY 5,000

UNIT

UNIT PRICE

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO 3005 OPTION

SUPPLIES/SERVICES

ESTIMATED QUANTITY 1

UNIT

UNIT PRICE

ESTIMATED AMOUNT NSP

Each

Manpower Reporting FFP Manpower Reporting Contractor is required to enter all contractor data into Contract Manpower Reporting (CMR) system in accordance with the PWS and all other terms and conditions of the contract. Data must be accurate, complete and entered into the CMR prior to 31 OCT. FOB: Destination NSP

ESTIMATED NET AMT

12


ITEM NO 4001 OPTION

SUPPLIES/SERVICES

ESTIMATED UNIT UNIT PRICE QUANTITY 60 Each Maintenance and Repair of RRHCPS FFP Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monthly maintenance, inspections, testing and repair. IAW PWS paragraph 5.4 through 5.4.5. FOB: Destination

ESTIMATED AMOUNT

ESTIMATED NET AMT

ITEM NO

SUPPLIES/SERVICES

4002

Hours Emergency Repair Service FFP Provide Emergency Repair work completed IAW PWS paragraph 5.6 through para 5.6.5. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

OPTION

ESTIMATED QUANTITY 50

UNIT

UNIT PRICE

ESTIMATED AMOUNT

ESTIMATED NET AMT

13


ITEM NO 4003

SUPPLIES/SERVICES

QUANTITY 30

UNIT Hours

UNIT PRICE

OPTION

Non-Emergency Repairs FFP Provide Non-Emergency Repairs provide IAW PWS para 5.7 throguh 5.7.2. THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE QUANTITIES APPROVED, RECEIVED, AND ACCEPTED. FOB: Destination

AMOUNT

NET AMT

ITEM NO

SUPPLIES/SERVICES

4004

Each Repair Parts FFP Provide Repair Parts IAW PWS para. 5.8 through 5.8.4 THE QUANTITY OF THIS LINE ITEM IS ESTIMATED AND NOT GUARANTEED. THE GOVERNMENT WILL ONLY PAY FOR THOSE AMOUNTS APPROVED, RECEIVED, AND ACCEPTED. THIS LINE ITEM IS NOT FOR QUOTE PURPOSES AND WILL BE FILLED IN BY THE GOVERNMENT. FOB: Destination

OPTION

ESTIMATED QUANTITY 5,000

UNIT

UNIT PRICE

ESTIMATED AMOUNT

ESTIMATED NET AMT

14


ITEM NO

SUPPLIES/SERVICES

4005

Each Manpower Reporting FFP Manpower Reporting Contractor is required to enter all contractor data into Contract Manpower Reporting (CMR) system in accordance with the PWS and all other terms and conditions of the contract. Data must be accurate, complete and entered into the CMR prior to 31 OCT. FOB: Destination

OPTION

ESTIMATED QUANTITY 1

UNIT

UNIT PRICE

ESTIMATED AMOUNT NSP

NSP

ESTIMATED NET AMT

ADDENDUM TO 52.212-1 Solicitation provision 52.212-1, Instruction to Offerors – Commercial Items, is tailored as follows: Paragraph (b), Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-(1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Paragraph (c), Period for Acceptance of Offers, is tailored as follows: “The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.”

15


Paragraph (d), Product Samples, is deleted. Paragraph (e), Multiple Offers, is deleted. Paragraph (h), Multiple Awards, is deleted. (g) Contract Award (not applicable to Invitation for Bids). The Government will evaluate based on lowest priced responsible, technically responsive offeror meeting the requirements that satisfies all terms and conditions of this solicitation. Single award will be made. Paragraph (h), Multiple Awards, is deleted. The following paragraphs have been added for specific proposal instructions: Paragraph (m), Offer Submittal and Inquiries. A. Quote Submittal and Inquiries. 1. Offerors must review Provision 52.212-2, Evaluation - Commercial Items. Offerors are responsible for providing the information required by Provision 52.212-2. 2. Offers must be submitted via mail, email, or hand delivered (email is preferred) to either of the Points of Contacts listed below. Submission must be received no later than the date and time in Block 8 of the SF 1449. If amendments are issued, they must be acknowledged in writing prior to the due date. It is the contractor’s responsibility to confirm receipt of correspondence. Email submittals should include the solicitation number in the Subject of the email. Emails shall be kept to a file size of less than 10 megabytes, or separated into multiple emails with the number of emails identified in the subject line (1 of __, 2 of __, etc). It is the responsibility of the offeror to verify that the emailed offer has been received timely. Fax submittals will not be accepted. 3. Site Visit. A site visit/pre-quote conference will be held on Friday, 26 January 2018 0900 am EST at MICCFort Stewart, GA, Building 621, William H. Wilson Ave, Suite 100, Fort Stewart, GA 31314. Offerors are encouraged to attend the scheduled site visit. Site visit is optional, it is not a requirment to attend. Offerors who plan to have representation at this site visit are requested to furnish the names and titles of their representatives to: Michelle A. Spence: michelle.a.spence2.civ@mail.mil prior to the date of the visit, and no later than 24 January 2018 4:00 PM EST . 4. Submit all questions to both of the Points of Contact below in writing no later than 30 January 2018, 4:00 PM EST. 5. Points of Contact: Michelle A. Spence Phone: 912-767-2448 michelle.a.spence2.civ@mail.mil

Robert J. Rutkowski Phone: 912-767-8462 robert.j.rutkowski4.civ@mail.mil

6. Mailing Address MICC Fort Stewart Michelle A. Spence/Robert J. Rutkowski ATTN: W9124M-18-Q-0003 976 William H Wilson AVE, Suite 100 Fort Stewart, GA. 31314 B. General Instructions: 1. The selection of an offeror for award purposes will be conducted utilizing Lowest Price Technically Acceptable as outlined in FAR Part 15.3. Noncompliance with the Request for Quote (RFQ) requirements may hamper the Government's ability to properly evaluate the proposal and may result in elimination of the quote submittal from further consideration for contract award. 2. The Offer: The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFQ, concurrence with the Performance Work Statement, and contract type.

16


3. It is the Government’s intention to award without discussions. Offerors are encouraged to present their best technical information and prices in their initial quote submission. However, in accordance with (IAW) FAR 52.2121(g), should discussions become necessary, the Government reserves the right to hold those discussions. If this occurs, a competitive range will be determined and offerors notified. The Contracting Officer may limit the competitive range for purposes of efficiency IAW FAR Part 15.306 (c)(2). C. Quote Content: 1. Request for Proposal Documents: Offerors are required to submit a completed Standard Form (SF) 1449, Solicitation, Offer, and Award; and Representations and Certifications. Failure to follow the below Contract Quote preparation instructions may cause your quote to be deemed unacceptable by the Government. a. SF 1449, Solicitation, Offer and Award: The SF 1449 shall be submitted fully completed. The offeror is cautioned that the SF 1449 must be signed in block 20 of the form. The contractor shall acknowledge any amendments to the RFQ in accordance with the instructions on the SF 1449. b. Price Schedule: The Price Schedule shall be submitted fully completed and error free. It shall contain the offeror’s price for the established Price Schedule. The offeror shall ensure the units prices are represented in two decimal positions only (example: $0.27, not 0.27458). c. Representations and Certifications: The offeror shall ensure that provisions 5212-3 Offeror Representations and Certifications – Commercial Items; and 52.219-1, Small Business Program Representations ALT I are completed and submitted with all blocks in each certification/representation completed truthfully and completely. Offerors are not required to complete this provision if the offeror has completed Online Representations and Certifications in the System for Award Management and no changes are necessary. 2. Technical Submittal: Offerors shall submit the following documents to be evaluated. a.

As described in paragraph 1.6.6 of the Performance Work Statement.

1.6.6 Other Qualifications: Contractor shall provide documentation of experience /education to establish a level of required knowledge to ensure the safe reliable operation of the RHCPS IAW 49 CFR 200 through 299, Unified Facilities Criteria (UFC) UfC-4-860-03 FRA Railroad Track Maintenance & Safety standards. Mandated Annual Safety Training for Roadway Workers per the Code of Federal Regulations (CFR 49) §214.343 Training and qualification, general. (a) No employer shall assign an employee to perform the duties of a roadway worker, and no employee shall accept such assignment, unless that employee has received training in the on-track safety procedures associated with the assignment to be performed, and that employee has demonstrated the ability to fulfill the responsibilities for on-track safety that are required of an individual roadway worker performing that assignment. (b) Each employer shall provide to all roadway workers in its employ initial or recurrent training once every calendar year on the on-track safety rules and procedures that they are required to follow. (c) Railroad employees other than roadway workers, who are associated with on-track safety procedures, and whose primary duties are concerned with the movement and protection of trains, shall be trained to perform their functions related to on-track safety through the training and qualification procedures prescribed by the operating railroad for the primary position of the employee, including maintenance of records and frequency of training. (d) Each employer of roadway workers shall maintain written or electronic records of each roadway worker qualification in effect. Each record shall include the name of the employee, the type of qualification made, and the most recent date of qualification. These records shall be kept available for inspection and photocopying by the Federal Railroad Administrator during regular business hours.

17


§214.345 Training for all roadway workers. The training of all roadway workers shall include, as a minimum, the following: (a) Recognition of railroad tracks and understanding of the space around them within which on-track safety is required. (b) The functions and responsibilities of various persons involved with on-track safety procedures. (c) Proper compliance with on-track safety instructions given by persons performing or responsible for ontrack safety functions. (d) Signals given by watchmen/lookouts, and the proper procedures upon receiving a train approach warning from a lookout. (e) The hazards associated with working on or near railroad tracks, including review of on-track safety rules and procedures. (End of Clause)

52.212-2 ADDENDUM 52.212-2 EVALUATION—COMMERCIAL ITEMS - ADDENDUM The following provisions are incorporated into 52.212-2 as an addendum to this solicitation: a. BASIS FOR AWARD Basis for award is Lowest Priced Technically Acceptable. The Government will make an award to the lowest priced responsible, responsive offeror meeting the requirements that satisfies all terms and conditions of this solicitation and is most advantageous to the Government (i.e., that which represents the best value to the Government), price and other factors considered. b.

FACTORS TO BE EVALUATED (1) Non-Price Factors Factor 1 - Technical Certification (2)

Price Factor Factor 2 – Price

c.

ACQUISITION APPROACH

The contract will be awarded for one Base 12-month period with four, 12-month Options with the option six-month to extend services and will include Firm-Fixed Price (FFP) Contract Line Items (CLINs). d.

EVALUATION APPROACH

All quotes will be subject to evaluation by a team of Government personnel. Contents of the written quote will be evaluated to determine the degree and extent to which the requirements set forth in the Request for Quotes (RFQ) and Performance Work Statement (PWS) are satisfied. The written content of quotes will be evaluated in strict accordance with the Evaluation Approach described herein. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient.

18


Evaluation of the quoter’s quote shall address each Non-Price factor as it applies to the PWS. During evaluations of each proposal, the Government will assign each Non-Price factor of “acceptable” or “unacceptable”. All quotes shall be subject to evaluation by a team of at least three Government personnel. Contents of the written quotes will be evaluated to determine the degree and extent to which the requirements set forth in the RFQ and PWS are satisfied. For price evaluation, the Price Schedule of the RFQ SF1449 will be evaluated as the total price, to include pricing for Optional CLINs, Option Year CLINs. Note 1: To be determined responsible, a prospective contractor must meet FAR 9.104-1 General standards. (End of Addendum to 52.212-2)

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN 0001 0002 0003 0004 0005 1001 1002 1003 1004 1005 2001 2002 2003 2004 2005 3001 3002 3003 3004 3005 4001 4002 4003 4004 4005

INSPECT AT Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination

INSPECT BY Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government

ACCEPT AT Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination

ACCEPT BY Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government

19


DELIVERY INFORMATION CLIN

DELIVERY DATE

QUANTITY

SHIP TO ADDRESS

0001

POP 01-MAR-2018 TO 28-FEB-2019

N/A

N/A FOB: Destination

0002

POP 01-MAR-2018 TO 28-FEB-2019

N/A

N/A FOB: Destination

0003

POP 01-MAR-2018 TO 28-FEB-2019

N/A

N/A FOB: Destination

0004

POP 01-MAR-2018 TO 28-FEB-2019

N/A

N/A FOB: Destination

0005

POP 01-MAR-2018 TO 28-FEB-2019

N/A

N/A FOB: Destination

1001

POP 01-MAR-2019 TO 28-FEB-2020

N/A

N/A FOB: Destination

1002

POP 01-MAR-2019 TO 28-FEB-2020

N/A

N/A FOB: Destination

1003

POP 01-MAR-2019 TO 28-FEB-2020

N/A

N/A FOB: Destination

1004

POP 01-MAR-2019 TO 28-FEB-2020

N/A

N/A FOB: Destination

1005

POP 01-MAR-2019 TO 28-FEB-2020

N/A

N/A FOB: Destination

2001

POP 01-MAR-2020 TO 28-FEB-2021

N/A

N/A FOB: Destination

2002

POP 01-MAR-2020 TO 28-FEB-2021

N/A

N/A FOB: Destination

2003

POP 01-MAR-2020 TO 28-FEB-2021

N/A

N/A FOB: Destination

2004

POP 01-MAR-2020 TO 28-FEB-2021

N/A

N/A FOB: Destination

2005

POP 01-MAR-2020 TO 28-FEB-2021

N/A

N/A FOB: Destination

3001

POP 01-MAR-2021 TO 28-FEB-2022

N/A

N/A FOB: Destination

3002

POP 01-MAR-2021 TO 28-FEB-2022

N/A

N/A FOB: Destination

DODAAC

20


3003

POP 01-MAR-2021 TO 28-FEB-2022

N/A

N/A FOB: Destination

3004

POP 01-MAR-2021 TO 28-FEB-2022

N/A

N/A FOB: Destination

3005

POP 01-MAR-2021 TO 28-FEB-2022

N/A

N/A FOB: Destination

4001

POP 01-MAR-2022 TO 28-FEB-2023

N/A

N/A FOB: Destination

4002

POP 01-MAR-2022 TO 28-FEB-2023

N/A

N/A FOB: Destination

4003

POP 01-MAR-2022 TO 28-FEB-2023

N/A

N/A FOB: Destination

4004

POP 01-MAR-2022 TO 28-FEB-2023

N/A

N/A FOB: Destination

4005

POP 01-MAR-2022 TO 28-FEB-2023

N/A

N/A FOB: Destination

CLAUSES INCORPORATED BY FULL TEXT 52.232-18

AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.203-3 52.204-9 52.204-18 52.212-1 52.212-2 52.212-4 52.222-42 52.223-5 52.223-6 52.223-15 52.228-5 52.232-40

Gratuities Personal Identity Verification of Contractor Personnel Commercial and Government Entity Code Maintenance Instructions to Offerors--Commercial Items Evaluation - Commercial Items Contract Terms and Conditions--Commercial Items Statement Of Equivalent Rates For Federal Hires Pollution Prevention and Right-to-Know Information Drug-Free Workplace Energy Efficiency in Energy-Consuming Products Insurance - Work On A Government Installation Providing Accelerated Payments to Small Business Subcontractors

APR 1984 JAN 2011 JUL 2016 JAN 2017 OCT 2014 JAN 2017 MAY 2014 MAY 2011 MAY 2001 DEC 2007 JAN 1997 DEC 2013

21


52.237-2 52.242-13 252.201-7000 252.203-7003 252.203-7005 252.204-7003 252.204-7012 252.209-7004 252.223-7006 252.225-7012 252.225-7048 252.225-7050 252.232-7010 252.243-7001 252.243-7002 252.246-7003

Protection Of Government Buildings, Equipment, And APR 1984 Vegetation Bankruptcy JUL 1995 Contracting Officer's Representative DEC 1991 Agency Office of the Inspector General DEC 2012 Representation Relating to Compensation of Former DoD NOV 2011 Officials Control Of Government Personnel Work Product APR 1992 Safeguarding Covered Defense Information and Cyber OCT 2016 Incident Reporting Subcontracting With Firms That Are Owned or Controlled By OCT 2015 The Government of a Country that is a State Sponsor of Terrorism Prohibition On Storage, Treatment, and Disposal of Toxic or SEP 2014 Hazardous Materials Preference For Certain Domestic Commodities DEC 2016 Export-Controlled Items JUN 2013 Disclosure of Ownership or Control by the Government of a OCT 2015 Country that is a State Sponsor of Terrorism Levies on Contract Payments DEC 2006 Pricing Of Contract Modifications DEC 1991 Requests for Equitable Adjustment DEC 2012 Notification of Potential Safety Issues JUN 2013

CLAUSES INCORPORATED BY FULL TEXT 52.212-3

OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017)

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 located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) 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.

22


“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. “Predecessor” means an entity that is replaced by a successor and includes any predecessors of the predecessor. “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.

23


“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 serviceconnected, 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. “Successor” means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term

24


“successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. “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 52.2123, 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 (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract 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.

25


(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 womenowned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a womenowned 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. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a womenowned 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--

26


(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

27


___

___

___

___

___

___

(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 ___

___

___

___

28


___

___

[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:

29


(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin ___

___

___

___

___

___

[List as necessary]

(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.made or designated country end product, as defined in the clause of this solicitation entitled ``Trade Agreements''. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products:

Line Item No. Country of Origin ___

___

___

___

___

___ [List as necessary]

(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.

(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals--

30


(1) [ ___ ] Are, [ ___ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [ ___ ] Are, [ ___ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. ยง6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. ยง6320 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. ยง6159. 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. ยง362 (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

31


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.]

32


[ ___ ] (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: --------------------.

33


( ___ ) 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.

34


(1) The offeror shall e-mail 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 $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier 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: ___

35


(Do not use a “doing business as� name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by section 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that— (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless and agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that-(i) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ___ ] is or [ ___ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated ``is'' in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ___ (or mark ``Unknown''). Predecessor legal name: ___ . (Do not use a ``doing business as'' name). (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (52.212-1(k)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory,

36


performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror's own Web site or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked ``does'' in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported: ___ . (u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

37


(4) 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.) XX (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109282) (31 U.S.C. 6101 note). ___ (5) [Reserved] XX (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). XX (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.

38


____ (iii) Alternate II (Mar 2004) of 52.219-7. XX (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9. ____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate III (Nov 2016) of 52.219-9. ____ (v) Alternate IV (Nov 2016) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). XX (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (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). XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged WomenOwned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). XX(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). XX (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). XX (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). XX (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (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). XX (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

39


____ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). ____ (37)(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.) ____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ____ (40) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (41)(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. ____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (43)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. XX (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693). ____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(49) (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.

40


____ (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. ____ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX(51) 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). ____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). ____ (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ____ (62)(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.) XX(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). XX (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). XX (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). XX (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).

41


_____ (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). XX(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). XX (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 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.

42


(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) _____ (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). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

43


(xxii) 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. (xxiii) 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)

52.217-8

OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within (5) five days prior or up to the contract expiration date. (End of clause)

52.217-9

OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to contract expiring, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months if the option at 52.217-8 is exercised . (End of clause)

522.233-2

SERVICE OF PROTEST (SEP 2006)

(a)Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from MICC-Fort Stewart ATTN: Michelle A.Spence 976 William H. Wilson Ave, Suite 111 Fort Stewart, GA 31314

44


(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision)

52.252-2

CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil (End of clause)

(a) Definitions. As used in this clause(1) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (2) "Invoice payment" has the meaning given in section 32.001 of the Federal Acquisition Regulation. (3) "Payment request" means any request for invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.2467000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WA WF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.

(c) The Contractor may submit a payment request and receiving report using other than WA WF only when-

45


(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; (4) The Government-wide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required; or (5) Submitting payment requests and receiving reports to the Supplier Self-Services (SUS) system accessible via the Wide Area WorkFlow (WAWF) website as an authorized participant in the vendor portal invoicing pilot program. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.

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--

46


(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). 2 in 1 Combo Invoice (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. 2 in 1 Combo Invoice (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 See 18a code Issue By DoDAAC W9124M Admin DoDAAC W9124M Inspect By DoDAAC See Block 15 Code Ship To Code See Block 15 Code Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) See Block 15 Code Service Acceptor (DoDAAC) See Block 15 Code Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------(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

47


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. Contract Specialis and Contracting Officer’s Representative (Provided After Award) (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. Contracting Officers Representative (COR) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)

5152.233-4000

AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE)

Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 (GAO) 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. 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 email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)

ADDENDUM TO 52.212-4 Solicitation provision 52.212-4, Contract Terms and Conditions – Commercial Items, is tailored as follows:

48


The following paragraphs have been added: A. REQUIRED INSURANCE In accordance with FAR clause 52.228-5 entitled, “Insurance--Work on a Government Installation” the following minimum amounts of insurance are required. Workmen’s Compensation Employer’s Liability Insurance General Liability Insurance Bodily Injury Liability Auto Liability Insurance Bodily Injury Property Damage

Required by Federal and State laws $100,000 $500,000 per occurrence $200,000 per person $500,000 per occurrence $20,000 per occurrence

B. WAGE DETERMINATION U.S. Department of Labor Wage Determination 2015-4485 (Rev 4), is incorporated into this solicitation and shall be applicable to any resultant contract. (End of Addendum) PERFORMANCE WORK STATEMENT

PERFORMANCE WORK STATEMENT (PWS) Railroad Highway Crossing Protective System Maintenance and Repair Fort Stewart, Ga 31314 Contract # 01 March 2017 Reviewed As of:

49


Mrs. Shannon Huffman Contracting Officer Mission & Installation Contracting Command Fort Stewart, Georgia

Mr. Joseph Sanders Contracting Officer’s Representative DPW O&M Contract Services Branch Fort Stewart, Georgia

50


PERFORMANCE WORK STATEMENT (PWS) Railroad Highway Crossing Protection Systems Inspection, Maintenance, and Repair. Department of Public Works (DPW), Facilities operations Branch (FOB), Ft. Stewart, Liberty Co. Georgia 31314. Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Inspections, Preventive Maintenance (PM), Emergency / Non-emergency Maintenance and Repair for the Railroad Highway Crossing Protection Systems (RHCPS). Located along Fort Stewart DOD owned Railroad located in Liberty Co. Georgia. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 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 inspections, emergency/non- emergency/preventive maintenance, and repair for the RHCPS as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. To provide for the safe, reliable and cost effective operation of all Railroad Highway Crossing Protection Systems (RHCPS) 1.2 Background: U.S. Army Ft. Stewart operates 5 grade level crossings with Railroad Highway Crossing Protection Systems (RHCPS) on 19 miles of track. Services provided under this contract shall be performed in Liberty County. Ft. Stewart tracks are approximately 19 miles located within the boundaries of Fort Stewart. Traversing through Hinesville crossing over 3 state and several local highways before joining the main CSX line at Allenhurst. 1.2.1 Site maps applicable to the Fort Stewart Railroad Track System may be reviewed at Fort Stewart, Georgia, Directorate of Public Works, Service Branch, Building 1178. One copy of all drawings will be furnished to the successful Contractor at the time of award. 1.3. Objectives: The basic service objective includes the following: 

Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monthly maintenance, inspections, testing and repair.

Provide for the safe, reliable and cost effective operation of all Railroad Highway Crossing Protection Systems (RHCPS).

Maintain RHCPS in accordance with (IAW) the Manual of Uniform Traffic Control Devices (MUTCD), Georgia Dept. of Transportation (GDOT), Federal Railroad Administration (FRA), Track Standards IAW 49 CFR 200 - 299, UFC 4-860-03, TM 5~28, TM 5-628, Occupational Safety and Health Administration (OSHA) regulations and state and local Safety regulations.

Responsible for all materials purchased, inventoried and stored.

Maintain a safe and clean working area at all times.

51


1.4 Scope: The general scope of work of this requirement is a Firm-Fixed Priced work to preform monthly preventive maintenance, inspections, testing and repair services of the grade level crossings with Railroad Highway Crossing Protection Systems (RHCPS). The contractor shall be responsible for keeping each RHCPS in a safe operating condition at all times during the contract period. The Contractor shall perform the requirements of this contract on a “monthly� basis. The track crossings which are owned and operated by the U.S. Army Ft. Stewart shall be maintained to FRA Class 2 standards IAW with the current version of Code of Federal Regulations (CFR) Title 49, Part 213, US Department of Transportation (DOT), Federal Railway Administration, UFC 4-860-03, Office of Safety, Publication Track Safety Standards; CFR Title 49, Part 214, Railroad Workplace Safety; and with the current version of MUTCD. All services performed by the Contractor shall be in strict accordance with the conditions and specifications of this contract. The RHCPS includes all electrical and structural components that make up the RHCPS to include all gate, signal, and track components that are required to safely operate the RHCPS as designed by the manufacturer. The contractor shall furnish to the KO or COR a written, signed inspection report specifying tests performed and the inspection results. As stated in the previously mentioned federal regulations. The report shall contain a list of all tested components and the results of the tests. The contractor shall prepare the form for the report and submit it for approval by the KO or COR prior to initial use and for any subsequent changes during the performance of this requirement. The initial form shall be submitted within ten calendar days after the award of this contract. Purchase of all reimbursable parts shall be preapproved by the Contract Officer (KO) or the (COR) Prior to Purchase. All operations in connection with this section shall be closely coordinated with the Contracting Officers Representative (COR) so work can be coordinated with the Yard Master/ Locomotive Operators as required by Safety rules and regulations. 1.4.1 Preventive maintenance (PM), inspections, tests and repair items includes, but not limited to the following: Examples include, but are not limited to the monthly inspecting, maintaining, furnishing, replacing, repairing and installing parts and components. Replacing bolts, bulbs and fastenings, raising/ lowering, resetting, cleaning, function testing, lubricating, re-bonding, and checking Insulated Joints. Requires a signed monthly inspection check list consisting of the recommended items contained in TM 5~28 1.4.2 On-call non-emergency maintenance and repair: Examples include, but not limited to the inspecting operation, maintaining, furnishing, replacing, repairing and installing parts and components. Replacing bolts, bulbs and fastenings, raising/ lowering, resetting, cleaning, lubricating, re-bonding, and checking Insulated Joints. 1.4.3 On-call emergency maintenance and repair: Same as 1.4.3.1, but after hours. Provided 24 hours a day 365 days a year. (Could include regular repair items that unexpectedly become mission critical.) 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and Four (4)12month option years. The Period of Performance reads as follows: Base Year Option Year I Option Year II Option Year III Option Year IV

1 March 2018 to 28 Feb 2019 1 March 2019 to 28 Feb 2020 1 March 2020 to 28 Feb 2021 1 March 2021 to 28 Feb 2022 1 March 2022 to 28 Feb 2023

1.6. General Information 1.6.1 Quality Control Program: Quality Control is the responsibility of the contractor. The contractor is responsible for the delivery of quality services/supplies to the Government (see FAR 52.246-1 Contractor Inspection Requirements). 1.6.1.1 The Government is committed to a highly interactive relationship between quality control by the Contractor and quality assurance by the government recipient of services. This relationship shall be achieved through an effective Prevention Based Quality Control Program dedicated to ensuring the best possible products and services to end users. The Contractor shall provide their final written Quality Control Plan (QCP) no later than (NLT) 10 days after contract award and within five (5) days of any proposed changed to the COR and KO.

52


1.6.1.2 The Contractor’s quality program shall demonstrate its prevention-based outlook by meeting the objectives stated in the PWS throughout all areas of performance. The QCP shall be developed to specify the Contractor’s responsibility for management and quality control actions to meet the terms of the contract. The QCP as a minimum shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. 1.6.1.3 The Contractor shall provide, all reports generated as a result of the Contractor’s quality control efforts within 24 hours of a request from the COR, This shall include any summary information used to track quality control, including any charts/graphs. 1.6.1.4 The Contractor’s QCP shall be incorporated into and become part of this contract after the plan has been accepted by the KO. Proposed changes made after KO acceptance shall be submitted in writing through the COR to the KO for review and acceptance prior to implementing any revision. The Contractor’s QCP shall be maintained throughout the life of the contract and shall include the Contractor’s procedures to routinely evaluate the effectiveness of the plan to ensure the Contractor is meeting the performance standards and requirements of the contract. 1.6.1.5 Contractor Discrepancy Report (CDR): When the Contractor's performance is unsatisfactory, a CDR will be issued. The Contractor shall reply in writing within five (5) work days from the date of receipt of the CDR, giving the reasons for the unsatisfactory performance, corrective action taken, and procedures to preclude recurrence. 1.6.1.6 Quality Assurance: The assigned Government agent will evaluate the Contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the assigned Government agent must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). When an observation indicates defective performance, the COR will require the Contractor or designated on-site representative to acknowledge the defective performance (i.e. by initialing the report or by email acknowledgement). The acknowledgement of the observation does not necessarily constitute Contractor concurrence with the observation, only that the Contractor has been made aware of the defective performance. 1.6.2. Recognized Federal Holidays: The Contractor is normally not required to perform services on recognized federal holidays. However, that requirement is subject to mission execution requirements New Year’s Day Martin Luther King Jr.’s Birthday Washington’s Day Memorial Day Independence Day

Labor Day Columbus Day Veteran’s Day Thanksgiving Day Christmas Day

1.6.2.1. When a holiday occurs on a Saturday, Federal employees are normally granted the previous Friday as the holiday observance. When a holiday occurs on a Sunday, Federal employees are normally granted the following Monday as the holiday. The contractor shall work on the days the Government is scheduled to work. 1.6.2.2. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Contractor will have the following options: 1.6.2.2.1. Reschedule the work so it is performed the following day unless the following day falls on a weekend. 1.6.2.2.2. Reschedule the work on any day that is mutually satisfactory.

53


1.6.3. Hours of Operation: The contractor shall have a representative available 24 hours a day and shall be required to maintain a means of communication that would allow the government to contact the contractor 24 hours a day, seven days a week. Contacts shall be updated as often as necessary to insure no lapses in communication. Service may be required to be performed during non-business hours. Normal estimated hours of operation for the installation are 7:00am to 4:00pm Monday through Friday. Due to the nature of the work and the limited down time available for this maintenance and to avoid disruptions to traffic flow during busy periods it may be necessary to accomplish some tasks after normal duty hours such as evenings or weekends. After hours, weekends and holidays, (i.e. the quarterly inspections must be performed on Sundays.) The contractor must also have personnel on call, capable of arriving on site at either installation within 1 hour prepared to perform any necessary repairs needed to accommodate the mission. The notification of the emergency requests shall be issued through the DPW representative. COR’s normal estimated office hours are between 7:00am to 3:30pm Monday thru 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 shall 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. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential to successful performance under this contract. No overtime (OT) or compensatory time (CT) is authorized. Contractor personnel shall not exceed a 40 hour work week; flexible work schedule may be considered. 1.6.3.1 When the Department of Defense grants excused absence to its employees, the Contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the COR. Changes in employee work schedules shall comply with the terms and conditions of the contract, to include payment provisions. 1.6.3.2 If Government personnel are furloughed, the Contractor shall contact the Contracting Officer or the COR to receive direction. It is the Government's decision as to whether the contract price/cost will be affected as a result of Government shutdown and/or furloughed Government employees. In the event that Government shutdown and/or furloughed Government employees would impact contract price/cost, a negotiated settlement will be reached as deemed appropriate by the Contracting Officer. 1.6.4. Place of Performance: Contractor shall have routine access to Government-controlled facilities. The work to be performed under this contract shall be accomplished at Fort Stewart and in Liberty County, Georgia at locations listed in Technical Exhibit 1 (T.E.1). 1.6.4.1 Physical Security Plan: This portion of the Contractor’s security program shall address physical security aspects associated with contract performance and describe how the Contractor shall prevent unauthorized access, vandalism, pilferage, larceny, sabotage, and arson directed toward Contractor-controlled facilities and Government Furnished Property (GFP). The following regulations shall apply when developing the physical security plan: ARs 190-11, 190-13, and 190-51; Department of Defense (DOD) 4500.9-R, and Department of Defense Instruction (DODI) 5100.76 and DODI 5220.22, and applicable Fort Stewart regulation or policies. The Contractor shall develop and implement a physical security plan in accordance with AR 190-13. 1.6.4.2 Key Control. The Contractor shall include in the physical security section of the Contractor’s security program a key control plan IAW applicable regulations, policies and directives ensuring keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The key control plan shall include requirements of AR 380-5, Fort Stewart 380-5 and FORSCOM Supplement 1 to AR 380-5, if classified materials are being stored. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the COR. 1.6.4.2.1 In the event keys are lost or duplicated, the Contractor shall, upon direction of the KO, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying

54


or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.4.2.3 The Contractor shall prohibit the use of Government issued keys by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the KO. 1.6.4.3 Access and General Protection/Security Policy and Procedures: All Contractor personnel performing work under this contract shall comply with applicable installation, facility and area commander installation/facility access, local security policies and security procedures provided by the Security Manager Government representative. IAW PARC Policy Alert 14-33, Homeland Security Presidential Directive 12 (HSPD-12) issued 31 Dec 13. Contractor personnel shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor personnel shall comply with all personal identity verification requirements as directed by Department of Defense (DOD), HQ Department of Army (DA) or local policies. Sponsoring organizations, activities, and persons will be responsible for monitoring contractor access by submitting a completed and approved DES Form 118 to the Installation All American VCC, detailing the contracted services to be performed, location of services, and duration of the contract. Contractors requesting access for less than one year may receive an AIE visitor card on a case by case basis, or a temporary vehicle pass for 90 days. Contractor cards will be issued for periods of one to three years depending on the terms of their contract. AIE card expirations may be updated to reflect a new contract period by submitting an approved DES Form 118 to the All American VCC. Renewed short term passes must be re-processed at the All American VCC. In addition to the changes otherwise authorized by this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor and subcontractor security matters or processes. Additional information, phone numbers and requirements can be found on this Ft. Stewart web page link http://www.stewart.army.mil/info/?id=463&p=0 1.6.4.4 Anti-Terrorism (AT) Level I Training: Contractor personnel performing work under this contract that require access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after commencing performance under this contract. The Contractor shall submit employee certificates of completion within 30 calendar days after completion of the training. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html, jkohelpdesk@jten.mil. 1.6.4.5 Contractor shall be responsible for ensuring all personnel performing work under this contract possess and maintain current Information Assurance Training (IAT) Level I certification during the execution of this contract. 1.6.4.6 iWATCH Training: The Contractor shall brief all personnel performing work under this contract on the local iWATCH program [training standards provided by the requiring activity Anti-Terrorism Office (ATO)]. This local 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 shall be completed within 30 calendar days of contract award with the results reported to the COR NLT 45 calendar days after contract award. New employees shall complete the training within 10 calendar days of commencing performance of work under this contract. http://www.stewart.army.mil/info/?id=541 1.6.4.7 Contractor personnel shall have a favorable National Agency Check (NACI) with inquiry in accordance with Security definition for personnel who occupy “ADP (Automated Data Processing) Sensitive” positions, as per AR 380-67, paragraph 3-601, “The Personnel Security Program”. 1.6.5 Special Qualifications: The Contractor shall be responsible for ensuring all personnel performing work under this contract possess and maintain current appropriate clearance and credentialing and security requirements during the execution of this contract.

55


1.6.5.1 Contractor personnel performing work under this contract shall be able to read, write, speak, and understand the English language to effectively carry out all contract requirements. They shall have a command of both the written and spoken English language to properly clearly, and effectively communicate in person or via electronic devices (telephone or Email) with co-workers, customers, and the general public. 1.6.5.2 Contractor personnel performing work under this contract shall be U.S. citizens unless the provisions of Army Regulation 25-2, Information Assurance have been fully completed and approval has been granted by the Government for the non-U.S. citizen to perform the required support. 1.6.6 Other Qualifications: Contractor shall provide documentation of experience /education to establish a level of required knowledge to ensure the safe reliable operation of the RHCPS IAW 49 CFR 200 through 299, Unified Facilities Criteria (UFC) UfC-4-860-03 FRA Railroad Track Maintenance & Safety standards. Mandated Annual Safety Training for Roadway Workers per the Code of Federal Regulations (CFR 49) ยง214.343 Training and qualification, general. (a) No employer shall assign an employee to perform the duties of a roadway worker, and no employee shall accept such assignment, unless that employee has received training in the on-track safety procedures associated with the assignment to be performed, and that employee has demonstrated the ability to fulfill the responsibilities for on-track safety that are required of an individual roadway worker performing that assignment. (b) Each employer shall provide to all roadway workers in its employ initial or recurrent training once every calendar year on the on-track safety rules and procedures that they are required to follow. (c) Railroad employees other than roadway workers, who are associated with on-track safety procedures, and whose primary duties are concerned with the movement and protection of trains, shall be trained to perform their functions related to on-track safety through the training and qualification procedures prescribed by the operating railroad for the primary position of the employee, including maintenance of records and frequency of training. (d) Each employer of roadway workers shall maintain written or electronic records of each roadway worker qualification in effect. Each record shall include the name of the employee, the type of qualification made, and the most recent date of qualification. These records shall be kept available for inspection and photocopying by the Federal Railroad Administrator during regular business hours. ยง214.345 Training for all roadway workers. The training of all roadway workers shall include, as a minimum, the following: (a) Recognition of railroad tracks and understanding of the space around them within which on-track safety is required. (b) The functions and responsibilities of various persons involved with on-track safety procedures. (c) Proper compliance with on-track safety instructions given by persons performing or responsible for ontrack safety functions. (d) Signals given by watchmen/lookouts, and the proper procedures upon receiving a train approach warning from a lookout. (e) The hazards associated with working on or near railroad tracks, including review of on-track safety rules and procedures. 1.6.7 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The post award conference will also be utilized to ensure contractor understands all HSPD-12 requirements. The KO, COR (and other government personal) will hold a quarterly progress meet with the Contractor to review the Contractor's performance. At these meetings the KO and COR 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.

56


1.6.8 Contracting Officer Representative (COR): The COR will be identified by separate letter of appointment. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: Assures that the Contractor performs the technical requirements of the contract; performs inspections necessary in connection with contract performance; maintains written and oral communications with the Contractor concerning technical aspects of the contract; issues written interpretations of technical requirements, including government drawings, designs, specifications; monitors Contractor's performance and notifies both the KO and Contractor of any deficiencies; coordinates availability of government furnished property, and provides 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 contract. 1.6.9 Key Personnel: Key personnel shall not be added to or removed from the contract without express acknowledgement of the COR. Any changes to the working status of these key personnel shall be transmitted (in writing) to the KO/COR within ten (10) work days of the proposed change. If, for any reason, any of the key personnel becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 10 work days the contractor shall promptly replace personnel with personnel who possess qualifications equal to or better than that of the original employee. The Contractor shall ensure all key personnel terminated or released from employment under this contract are replaced within ten (10) work days of the termination. 1.6.9.1 The follow are considered key personnel by the Government: The Contractor shall provide a Program Manager (PM) who shall be responsible for the performance of the work under this contract. The name of this person, and an Alternate PM (APM), who shall act for the Contractor when the PM is absent, shall be designated in writing to the KO at the post award conference. The PM or APM shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or APM shall be available 24houre a day 7days a week 365 days a year including federal holidays or when the government facility is closed for administrative reasons. Reference PWS 1.6.4. Hours of Operation]. 1.6.9.2 Project Manager: The contractor shall provide a project 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 providing the names and contact information to the contracting officer prior to the start date of the contract. The project manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager shall have and provide documentation of experience /education to establish a level of required knowledge to ensure the safe reliable operation of the Traffic Control Devices as required by Manual on Uniform Traffic Control Devices (MUTCD), Georgia Department of Transportation (GDOT) and local authorities. 1.6.10 Identification of Contractor Personnel: All Contractor personnel attending meetings, answering government telephones, and working in other situations where their Contractor status is not obvious to third parties, are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are government officials. 1.6.10.1 The Contractor shall develop, maintain, and provide to the COR an updated roster which shall include names and positions of all Contractor personnel as well as indicating which employees were issued government identification cards. The Contractor shall submit initial roster to the COR within ten (10) calendar days after commencement of base period of performance. 1.6.10.2 The Contractor shall immediately report any lost government issued identification cards to the COR and Military and/or DoD police agencies. The Contractor shall immediately collect the government issued forms of identification upon termination of employee, or at the end of the contract performance period. The government issued forms of identification shall be returned to the COR within one (1) hour of employee termination, or at the end of contract performance period, whichever comes first. (The following is IAW PARC Policy Alert 14-33, Homeland Security Presidential Directive 12 (HSPD-12) issued 31 Dec 13.) Final payment may be delayed if Contractor fails to comply with these requirements.

57


1.6.10.3 Contractor Personnel Appearance and Performance: It is essential that all Contractor personnel meet the highest standards of professionalism and personal integrity. The Contractor shall ensure their personnel do not perform work under the influence of alcohol, illegal prescribed drugs or any other incapacitating agents. Contractor personnel shall be neatly groomed present a professional appearance at all times. 1.6.10.4 Contractor Travel: Is not authorized within this contract. 1.6.10.5 Data Rights: The government has unlimited rights to all documents/material produced under this contract to the extent permitted by the data rights clauses. The parties mutually acknowledge their understanding that this is the government’s intent. All documents and materials, to include the source codes of any software, produced under this task order 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. 1.6.11 Organizational Conflict of Interest: Purpose. To aid in ensuring that The Contractor does not obtain an unfair competitive advantage by establishing the ground rules for a future competition. The Contractor's objectivity and judgment are not biased because of its present or future interests (financial, contractual, organizational, or otherwise) which relate to work performed under this contract; and the Contractor does not obtain an unfair competitive advantage by virtue of its access to non-public or proprietary information belonging to others. 1.6.12 Definitions: The term “Contractor” herein used in section 1.6.16., Organizational Conflict of Interest, means: (a) the organization (hereinafter referred to as "it" or "its") entering into this agreement with the Government; (b) all business organizations with which it may merge, join or affiliate now or in the future and in any manner whatsoever, or which hold or may obtain, by purchase or otherwise, direct or indirect control of it; (c) it’s parent organization, if any and any of its present or future subsidiaries, associates, affiliates, or holding companies, and; (d) any organization or enterprise over which it has direct or indirect control now or in the future. 1.6.12.1 The term "proprietary information" for purposes of section 1.6.16., Organizational Conflict of Interest, means any information considered so valuable by its owners that it is held secret by them and their licensees. Information furnished voluntarily by the owner without limitations on its use, or which is available without restrictions from other sources, is not considered proprietary. 1.6.13 Organizational Conflicts of Interest Examples: The following examples illustrate situations in which organizational conflicts of interest may arise. These examples are not all inclusive. 1.6.13.1 Biased Ground Rules. This type of conflict may arise in situations where a company sets the ground rules for a future competition. For example, when a Contractor develops requirements then competes to provide products or services to satisfy those requirements, thus obtaining a competitive advantage. 1.6.13.2 Impaired Objectivity. This type of conflict may exist where a Contractor’s obligations under a contract require objectivity, but another role of the Contractor casts doubt on its ability to be truly objective. An example of this type of conflict is where a Contractor’s work under one contract entails evaluating itself, its affiliates, or its competitors under a separate contract. 1.6.13.3 Unequal Access to Information. This type of conflict may arise when a Contractor has access to nonpublic or proprietary information as part of its performance under a contract that gives it an unfair advantage in a competition for a later contract.

58


1.6.14 General Constraints. The provisions of FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, concerning organizational conflicts of interest govern this contract. Potential conflicts may exist in accordance with FAR 9.505-1, Providing Systems Engineering and Technical Direction, through 9.505-4, Obtaining Access to Proprietary Information. In this regard, the Contractor is responsible for identifying any actual or potential organizational conflicts of interest to the KO that arise as the result of performance under this contract. To avoid or mitigate a potential conflict related to performance under this contract, the KO will impose appropriate constraints such as the constraints discussed below. Since it is impossible to foresee all of the circumstances that might give rise to organizational conflicts of interest, the constraints discussed below are not all inclusive and the KO may impose constraints other than, or in addition to, the constraints listed below. 1.6.14.1 The Contractor agrees that if it provides, under a contract or task order or delivery order, systems engineering and technical guidance for systems and programs, but does not have overall contractual responsibility, it will not be allowed to be awarded a contract or task or delivery order to supply the system or any of its major components or be a subcontractor or consultant to a supplier of the system or any of its major components (FAR 9.505-1). 1.6.14.2 The Contractor agrees that if it prepares complete specifications for non-developmental items or assists in the preparation of work statements for a system or services under a contract or task order or delivery order, it will not be allowed to furnish these items, either as a prime Contractor, a subcontractor or as a consultant (FAR 9.505-2). 1.6.14.4 The Contractor agrees that it will neither evaluate nor advise the Government with regard to its own products or activities. The Contractor will objectively evaluate or advise the Government concerning products or activities of any prospective competitors (FAR 9.505-3). 1.6.14.5 The Contractor agrees that if it gains access to proprietary information of other companies, it will exercise diligent effort to protect such proprietary information from unauthorized use or disclosure (FAR 9.505-4). In addition, the Contractor agrees to protect the proprietary information of other organizations disclosed to the Contractor during performance of this contract with the same caution that a reasonably prudent Contractor would use to safeguard highly valuable property. The Contractor also agrees that if it gains access to the proprietary information of other companies it will enter into written agreements with the other companies to protect their information from unauthorized use or disclosure for as long as it remains proprietary and to refrain from using the information for any purpose other than that for which it was furnished. The Contractor shall provide copies of such agreements to the KO. 1.6.14.6 If the Contractor, in the performance of this contract, obtains access to plans, policies, reports, studies, financial plans, data or other information of any nature which has not been released or otherwise made available to the public, the Contractor agrees that without prior written approval of the KO, it shall not: (a) use such information for any private purpose unless the information has been released or otherwise made available to the public, or (b) release such information unless release is otherwise authorized under the contract or such information has previously been released or otherwise made available to the public by the Government. 1.6.14.7 Non-Disclosure Agreements. The Contractor shall obtain from each employee who has access to proprietary information under this contract, a written agreement which shall in substance provide that such employee shall not, during his/her employment by the Contractor or thereafter, disclose to others or use for their benefit, proprietary information received in connection with the work under this contract. The Contractor will educate its employees regarding the restrictions imposed by FAR 9.505-4, so that they will not use or disclose proprietary information or data generated or acquired in the performance of this contract, except as provided herein. 1.6.14.8 Conflicts Involving Future Procurements. The award of this contract, tasking’s or acquiescence in the Contractor’s performance of services hereunder shall not constitute or be interpreted as a determination that the Contractor is eligible to participate in future procurements, developmental efforts, implementation efforts, or related activities. Only the KOs for such efforts, applying the rules, principles, and procedures of FAR Subpart 9.5, have the authority to determine whether a conflict exists, in connection with such procurements.

59


1.6.15 Training. The Contractor shall effectively educate its employees, through formal training, company policy, information directives and procedures, in an awareness of the legal provisions of FAR Subpart 9.5 and its underlying policy and principles, so that each employee will know and understand the provisions of that Subpart and the absolute necessity of safeguarding information from anyone other than the Contractor's employees who have a need to know, and the U.S. Government. 1.6.16 Subcontracts: The Contractor agrees that it will include the provisions in paragraphs 1.6.15.4., 1.6.15.5., and 1.6.15.6., above and this paragraph in consulting agreements, teaming agreements, and subcontracts of all tiers, which involve access to information or the performance of services described in paragraph 1.6.15.4., above. The use of section 1.6.15., in such agreements, shall be read by substituting the word "consultant" or "subcontractor" for the word "Contractor" whenever the latter appears. 1.6.17 Representations and Disclosures: The Contractor represents that it has disclosed to the KO, prior to award of this contract, all facts relevant to the existence or potential existence of organizational conflict of interest as that term is used in FAR Subpart 9.5. 1.6.17.1 The Contractor represents that if it discovers an organizational conflict of interest or potential conflict of interest after award of this contract, a prompt and full disclosure shall be made in writing to the KO. This disclosure shall include a description of the action the Contractor has taken or proposes to take in order to avoid or mitigate such conflict. 1.6.18 Remedies and Waiver: For breach of any of the above restrictions or for non-disclosure or misrepresentation of any relevant facts required to be disclosed concerning this contract, the Government may terminate this contract for default, disqualify the contractor for subsequent related contractual efforts, and pursue such other remedies as may be permitted by law or this contract. If, however, in compliance with section 1.6.16., the Contractor discovers and promptly reports an organizational conflict of interest (or the potential thereof) subsequent to contract award, the KO may terminate this contract [or any task or delivery order issued under this Contract] for convenience, if such termination is deemed to be in the best interest of the Government. 1.6.18.1 The parties recognize that this clause has potential effects, which will survive the performance of this contract, and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the Contractor may at any time seek a waiver from the cognizant KO by submitting a full written description of the requested waiver and the reasons in support thereof (FAR 9.503). 1.6.19 PHASE IN /PHASE OUT PERIOD: No phase in/ phase out periods authorized. The Contractor shall commence full performance of services on the contract start date.

60


PART 2 DEFINITIONS AND ACRONYMS:

2.1 DEFINITIONS: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 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 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS ACOR AFARS AR

Alternate Contracting Officer's Representative Army Federal Acquisition Regulation Supplement Army Regulation

61


CCE CFR CMDF CONUS COR COTR COTS DA DD250 DD254 DFARS DMDC DOD FAR HIPAA KO MUTCD OCI OCONUS ODC PIPO POC PRS PWS QA QAP QASP QC QCP RHCPS TE

Contracting Center of Excellence Code of Federal Regulations Controlled Material Destruction Facility CONUS Continental Continental United States (excludes Alaska and Hawaii) Contracting Officer Representative Contracting Officer's Technical Representative Commercial-Off-the-Shelf Department of the Army Department of Defense Form 250 (Receiving Report) Department of Defense Contract Security Requirement List Defense Federal Acquisition Regulation Supplement Defense Manpower Data Center Department of Defense Federal Acquisition Regulation Health Insurance Portability and Accountability Act of 1996 Contracting Officer Manual on Uniform Traffic Control Devices. Organizational Conflict of Interest Outside Continental United States (includes Alaska and Hawaii) Other Direct Costs Phase In/Phase Out Point of Contact Performance Requirements Summary Performance Work Statement Quality Assurance Quality Assurance Program Quality Assurance Surveillance Plan Quality Control Quality Control Program Railroad Highway Crossing Protection Systems Technical Exhibit

62


PART 3 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Services: The Government will provide pest control for the technical exhibit 1 locations upon request. Contact the COR to request these services. 3.2 Facilities: The Government will not provide additional facilities. 3.3 Utilities: The Government will provide electrical service. To the locations listed in the technical exhibit. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. 3.4 Equipment: The Government will not provide additional equipment. 3.5 Materials: The Government will not provide materials. 3.6 INSPECTION & TEST OF SERVICES: The government will have the right to inspect and test all services performed under this contract. PART 4 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 that are not listed under Section 3 of this PWS. 4.2 AT Training: All contractor employees, to include subcontractor employees, requiring access to government installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or the Contracting officer (if a COR has not been designated) within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 4.2.1 The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. http://www.stewart.army.mil/info/?id=541 4.2.2 Contractor and all associated sub-contractor employees shall comply with applicable Installation, facility, and area Commander’s local access and security policies and procedures. If required by this contract, the contractor shall also provide all information for background checks to meet Installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or Installation change, the Government may require changes in contractor security matters or processes. http://www.stewart.army.mil/info/?id=463&p=0 4.3 Materials: The contractor shall furnish all parts and materials for preventive maintenance and repairs. Except as noted in para 5.2.2. Replacement parts furnished by the contractor shall meet or exceed the original manufacturer’s

63


specifications and carry the same warranty as the original manufacturer’s equipment. Any parts required must have prior approval by the Contracting officer or the appointed COR prior to purchase. 4.4 Equipment: The Contractor shall provide all required equipment to successfully accomplish the servicing, maintenance and repair of all listed traffic control devices at Fort Stewart and Hunter Army Air Field, Georgia in a manner that will ensure continuous and reliable operation in strict accordance with the FRA standards, Manual on Uniform Traffic Control Devices (MUTCD), state transportation codes and manufacturer’s specifications. Except for those services or supplies specifically stated above, the Contractor shall furnish all supplies, tools, equipment, vehicles, fuel, and maintenance necessary to operate equipment and vehicles to perform work under the contract.

PART 5

5. SPECIFIC TASKS: 5.1 General Requirement: Perform emergency, non-emergency repairs, monthly preventive maintenance, testing and monthly inspections of all traffic control equipment IAW Manual on Uniform Traffic Control Devices (MUTCD), Georgia Department of Transportation and local authorities. 5.2 Description of Services: The Contractor shall provide all management, transportation, tools, supplies, equipment, and labor necessary to perform emergency, non-emergency repairs, monthly preventive maintenance, testing and monthly inspections of all traffic control equipment listed in the technical exhibit to include furnishing all parts as necessary/approved for all services. Services required shall be performed at Fort Stewart and Liberty County, Georgia at locations listed in the Technical Exhibit (T.E.) 3. 5.3 Scheduling: Contractor shall coordinate the exact schedule of all work with the appointed Contracting officer’s representative (COR) or alternate Contracting officer’s representative (ACOR) at least 1 work week prior to start of work. 5.4 Monthly Testing, Inspections/Maintenance: The contractor shall make all required adjustments and perform all maintenance, (preventive, routine repair and replacement of worn out or defective devices, equipment and materials) for all RHCPS in the (Technical Exhibit 3). As to ensure reliable and continuous service of all the Traffic Control Devices. 5.4.1 Any upgrades to the system requested by the government will be made at the government’s expense and shall not be made without prior written approval of the Contracting Officer. 5.4.2 All monthly maintenance operations shall be performed in strict accordance with TM 5~28, Railroad Track Standards, Section 10-5, and Crossing Protection Manual on Uniform Traffic Control Devices (MUTCD), state and local transportation codes, commercial practices, and manufacturer’s specifications. 5.4.3 Monthly inspections shall be made IAW TM 5~28, Railroad Track Standards at approximately 30-day intervals, with the first inspection to be conducted not later than 30 days after the contract start date. Exact schedule shall be coordinated with the appointed Contracting officer’s representative (COR) or alternate appointed Contracting officer’s representative (ACOR). In order to avoid disruptions to traffic flow during busy periods, the monthly inspections should be performed on Sundays. 5.4.4 The contractor shall test all primary batteries, and replace if required. The Contractor shall inspect track for frayed and broken rail bond wires. The contractor shall replace all defective, frayed or broken, rail bond wires. The

64


contractor shall repair all defective electrical components and track signal circuit connections. The contractor shall repair all defective structural components and gates of the RHCPS. The contractor shall repair or replace defective insulated joint parts, crossing arms, globes, bulbs, lens, and all other signal components as necessary to ensure a safe operating Railroad Highway Crossing Protection System. The contractor shall correct all of the identified deficiencies as needed except when additional funds are required for work or parts. These shall require the prior approval of the KO or the COR and shall be noted on the monthly inspection report as a defect until repaired. 5.4.5 The contractor shall perform semiannual inspections of each RHCPS IAW TM 5~28, Railroad Track Standards to verify that the design speed of the RHCPS is met. This will include a locomotive travelling through each system at the rated speed of 25 MPH. The contractor shall furnish to the COR a written inspection report specifying the test performed and the inspection results. The COR will arrange with DOL to have this inspection arranged. 5.5 Maintenance Reports: The contractor shall generate and complete a written signed maintenance report to be turned in following each monthly maintenance inspection. 5.5.1 The maintenance report shall include, but is not limited to, the following information: identification of traffic signal systems inspected, location, maintenance work performed, repairs needed outside of routine maintenance, date of inspection, inspector, and overall condition of the system. See Sample checklist appendix 5. 5.5.2 Contractor shall maintain a log inside each cabinet/signal house recording the technician’s name, date of service and type of service (repair, inspection, and testing etc.) and all other information when someone may have entered or made changes to any items on that RHCPS location. 5.5.3 Maintenance reports shall be submitted to the COR no later than five (5) days after the completed monthly inspection. 5.6 Emergency Repairs: Contractor shall be required to perform all emergency repairs required between routine, monthly testing, inspections and maintenance to insure optimal operating condition. 5.6.1 An emergency is defined as, “an unexpected, serious occurrence or situation urgently requiring prompt action�. Contractor will be notified of the need for emergency repairs by the Contracting Officer or his/her appointed COR/ACOR. The Contracting Officer or his/her appointed COR/ACOR are the only authorized personnel who can approve this work. 5.6.2 Contractor shall ensure a technically qualified representative is on the government premises working on the problem within 2 hours after such notice 365 days a year. The Contractor shall report any unforeseen emergency problems of the system to the COR immediately. 5.6.3 The contractor shall provide the Contracting Officer and his/her appointed COR an emergency contact phone number. Enabling the Government to inform the contractor of a requirement for emergency repair exists. Required Government emergency numbers will be provided to the contractor. 5.6.4 The Contractor shall perform all necessary repairs with KO or COR approval to insure the system is remains operational. 5.6.5 The contractor shall prepare and submit to the COR a written report within two business days after emergency repairs are completed. The report shall include the date and time of the service call, the location of the traffic signal, the repairs performed, the name of the technician performing the repairs, man hours required for the repairs and price of approved repair parts. The contractor shall only be paid for actual on-site hours of service performed.

65


5.7 Non-Emergency Repairs: Contractor shall perform repairs which cannot be repaired under monthly maintenance and are not emergency repairs but require prompt attention and affect the performance of the traffic signal but do not interrupt the operation of the signal. All such repairs require preapproval from the (KO) or COR. 5.7.1 Contractor shall submit a written estimate for repairs within 2 business days after receipt of notification or identification by inspection to the KO or COR. Contractor shall perform approved repairs within a reasonable time (not more than 10 business days) after receipt of repair approval notification from the KO or COR. This shall include but not limited to larger items such as Loop repairs or ordering and replacement of parts that require additional time and/or coordination. 5.7.2 All repairs shall require prior approval from the Contracting Officer or COR. The report shall include the date and time of the service call, the location of the traffic signal, the repairs performed, the name of the technician performing the repairs, man hours required for the repairs and price of approved repair parts. The contractor shall, only, be paid for actual on-site hours of service performed. The Contracting Officer or his/her appointed CORs are the only authorized personnel who can approve this work. 5.8. Repair and Replacement Parts: The contractor shall furnish all parts for preventive maintenance and repairs. 5.8.1 Replacement parts furnished by the contractor shall meet or exceed the original manufacturer’s specifications and carry the same warranty as the original manufacturer’s equipment. 5.8.2 Any parts required must have prior approval by the Contracting officer or the appointed COR prior to purchase. 5.8.3 Basis for reimbursement shall be the receipted supplier’s invoice which shall be provided to the COR with the contractor’s monthly invoice. Contractor shall be reimbursed only for the cost of parts shown on that invoice, plus any shipping costs. Parts reimbursement shall not exceed manufacturer’s suggested wholesale price. The contractor is responsible for assuring the best possible price is received for the government when purchasing parts and supplies. The Government will compare prices with catalog prices prior to accepting and paying for the parts incorporated. The Government may refuse payment for any part when the price is determined to be unfair and unreasonable. 5.8.4 All replaced parts shall be offered to the COR for disposal when not used for warranty returns. 5.9 Invoices: Contractor shall submit invoices in Wide Area Work Flow and E-mail a copy to the appointed COR. The Contractor shall submit a monthly invoice only for the work performed. 5.10 Contractor Qualifications: Contractor shall provide documentation within their bid packet of experience /training to establish the level of required knowledge to ensure the safe reliable operation of the RHCPS as required by the Manual on Uniform Traffic Control Devices (MUTCD) and appropriate federal and state transportation authorities. 5.10.1 The contractor must have a minimum of 2 years of verifiable experience in the maintenance and repair of RHCPS. 5.11 Safety: The contractor shall be fully responsible for compliance with all local, state, and federal environmental/occupational safety laws, rules, and regulations. Contractor operation, equipment, and personnel shall comply with safety provisions specified in Engineer Manual 385-l-l, dated 3 November 2003. The contractor shall also comply with the Occupational Safety and Health Act (OSHA) and insure employees receive mandated annual safety training for roadway workers per the Code of Federal Regulations (CFR 49) for MOW workers. If a crossing signal is going to be out of operation for service or repairs DES and Liberty 911 must be notified in advance so a TCP can be arranged.

66


5.12 CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address http://www.ecmra.mil and click then on “Department of the Army CMRA” or the icon of the DOD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on “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 at http://www.ecmra.mil. The required data fields include: (1) (2) (3) (4) (5) (6) (7) (8)

Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; Contract number, including task and delivery order number; Beginning and ending dates covered by reporting period; Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; Estimated direct labor hours (including sub-contractors); Estimated direct labor dollars paid this reporting period (including sub- contractors); Total payments (including sub-contractors); Predominant Product Service Code (PSC)/Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant PSC/FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country).

As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement.

67


PART 6 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): 6.1. The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures. NUMBER

DATED

AR 25-2

DESCRIPTION Information Assurance

AR 530-1

Operations Security (OPSEC)

EM-385-1-1

Latest Edition

Safety and Health Requirements Manual

OSHA 1910

Latest Edition

General Industry's OSHA

OSHA 1926

Latest Edition

OSHA Requirements

DOT MUTCD

Latest Edition

Manual on Uniform Traffic Control Devices, Part IV

GDOT

Latest Edition

O.C.G.A. Official code of Georgia

CFR Title 49, Part 213 Latest Edition

US Department of Transportation (DOT), Federal Railway Administration

CFR Title 49, Part 214 Latest Edition

Railroad Workplace Safety

UFC-4-860-03

Latest Edition

Railroad Track Maintenance & Safety Standards

TM 5-628

Latest Edition

Railroad Track Standards

6.2 Director of Emergency Services published SOPs and updates.

68


PART 7 TECHNICAL EXHIBIT LISTING 7. Technical Exhibit List: Technical Exhibit 1 Technical Exhibit 2 Technical Exhibit 3 Technical Exhibit 4 Technical Exhibit 5

Performance Requirements Summary Deliverables Schedule Site Locations Wage Determinations Estimated Workload Data

TECHNICAL EXHIBITS

TECHNICAL EXHIBIT 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

PRS # 1. The contractor shall provide all management, transportation, tools, supplies, equipment, and labor per parts 1, 4, and 5.

The contractor had enough labor and management onsite. With the proper tools, supplies, equipment, and training to perform the work per the PWS parts 1, 4, and 5.

One deviation from standard. Based on batch size per Month.

The contractor provided the required scheduled inspections, PM and repairs within the required times, using the approved checklist and made industry acceptable repairs, per the PWS parts 1, 4, and 5.

Zero deviation from standard. Based on batch size per Month

PRS # 2 The contractor shall provide monthly inspections, testing, PM and repairs per parts 1, 4, and 5.

Performance Threshold

Method of Surveillance Random sampling, Periodic Surveillance, and Validated Customer Complaint Random sampling, Periodic Surveillance, and Validated Customer Complaint

69


PRS # 3 The contractor shall provide the required reports within the required times per part 5 of the PWS. PRS # 4 The contractor shall provide Emergency repairs per parts 1, 4, and 5.

The contractor provided the required signed reports within the required time in accordance with (IAW) part 5 of the PWS.

One deviation from standard. Based on batch size per Month

The contractor provided the required emergency repairs within the stated reaction time periods (IAW) part 5 of the PWS.

One deviation from standard. Based on batch size. Per Year

Random sampling, Periodic Surveillance, and Validated Customer Complaint Random sampling, Periodic Surveillance, and Validated Customer Complaint

70


W9124M-18-Q-0007 Page 71 of 141

PRS # 5 The contractor shall provide non-Emergency repairs per parts 1, 4, and 5.

PRS # 6 The contractor shall provide repair parts per parts 1, 4, and 5.

PRS # 7 The contractor shall invoice services per part 5 of the PWS.

PRS # 8 The contractor shall comply with all safety regulations per parts 1 and 5 of the PWS.

PRS # 9 The contractor shall comply with all contract manpower reporting (CMR) requirements per part 5 of the PWS.

The contractor provided the required non-emergency repairs within the stated time periods (IAW) the PWS parts 1, 4, and 5.

One deviation from standard. Based on batch size. Per quarter.

Random sampling, Periodic Surveillance, and Validated Customer Complaint

The contractor provided the required repair parts with authorized approval (IAW) the PWS per parts 1, 4, and 5.

Zero deviation from standard. Based on batch size.

Random sampling, Periodic Surveillance, and Validated Customer Complaint

The contractor provided the required invoices through WAWF invoicing system and delivered parts invoices to the COR (IAW) part 5 of the PWS.

One deviation from standard. Based on batch size. Per quarter.

Random sampling, Periodic Surveillance, and Validated Customer Complaint

The contractor followed and complied with all safety regulations per parts 1 and 5 of the PWS.

One minor infraction zero major Per quarter.

Random sampling, Periodic Surveillance, and Validated Customer Complaint

The contractor tracked and submitted all the data required from CMR system (IAW) part 5 of the PWS.

Zero deviation from the standard Per year.

Random sampling, Periodic Surveillance, and Validated Customer Complaint


W9124M-18-Q-0007 Page 72 of 141

PRS # 10 The contractor shall comply with all security requirements per parts 1 and 4 of the PWS.

The contractor complied with all security/OPSEC requirements and provided the appropriate information and documentation per parts 1 and 4 of the PWS.

Zero deviation from standard.

Random sampling, Periodic Surveillance, and Validated Customer Complaint

The following listing provides various types of Surveillance as examples to select from and should not be included on the final document: Random Sampling: Appropriate for frequently recurring tasks. Evaluate randomly selected samples of the lot to determine the acceptability of the entire lot. Random Inspection Guide, Method of surveillance, Lot size, Sample size, Performance requirement, Sampling procedure, Inspection procedure 100 Percent Inspection: Appropriate for tasks that occur infrequently. Inspect and evaluate performance each time task is performed Periodic Surveillance: Evaluation of samples selected on other than 100% or statistically random basis. (i.e., monthly, quarterly, semi-annually etc.) Validated Customer Complaint: Complaints must be validated. ATTACHMENT 2 DELIVERABLES SCHEDULE

Deliverable Section 5.4 Monthly inspections, testing, PM and repairs

Frequency Monthly Approximately 30day intervals, with the first inspection to be conducted not later than 30 days after the contract start date. Per parts 1, 4, 5 and 6

# of Copies Maintenance reports shall be submitted to the COR no later than five (5) days after the completion of monthly inspection. per parts 1, 4, and 5

Medium/Format The contractor shall generate and complete a written approved maintenance report to be turned in following each monthly maintenance inspection. Per part 5 of the PWS.

Submit To DPW O&M Contract Services Branch ATTN: COR for Traffic control devices BLDG.1178 FT. STEWART, GA.


W9124M-18-Q-0007 Page 73 of 141

Emergency response 365 days a year must respond within 2 hours including weekends and holidays. Per parts 1, 4, and 5 of the PWS.

Reports shall be submitted to the COR no later than two (2) working days after the completed work. per part 5 of the PWS.

Report may be hand written or typed, hand delivered or emailed Per part 5 of the PWS.

Non-Emergency response for preapproved repairs within a reasonable time (usually within 10 business days) per parts 1, 4, and 5 of the PWS.

Reports shall be submitted to the COR no later than two (2) working days after the completed work per part 5 of the PWS.

Report may be hand written or typed, hand delivered or emailed per part 5 of the PWS.

Section 5.8 Repair and Replacement Parts

Provide repair and replacement parts as required, with required preapproval of the KO/COR per part 5 of the PWS.

Invoice shall be provided to the COR with the contractor’s monthly invoice per part 5 of the PWS.

Submitted through Wide area work flow and email. per part 5 of the PWS.

WAWF invoice system.

Section 1.6.7 Security

Provide required documentation for training per part 1 and part 4 of the PWS.

AT Level I and IWATCH awareness training within 30 calendar days after contract start date. Annually thereafter. Per part 1 and part 4 of the PWS.

May be hand delivered or emailed Per part 1 and part 4 of the PWS.

DPW O&M Contract Services Branch ATTN: COR for Traffic control devices

Section 5.6 Emergency Repairs

Section 5.7 NonEmergency Repairs

DPW O&M Contract Services Branch ATTN: COR for Traffic control devices BLDG.1178 Ft. Stewart, GA. COR info to be provided after assignment. DPW O&M Contract Services Branch ATTN: COR for Traffic control devices BLDG.1178 Ft. Stewart, GA. COR info to be provided after assignment.

BLDG.1178 Ft. Stewart, GA. COR info to be provided after assignment.


W9124M-18-Q-0007 Page 74 of 141

Section 1.6.7 Safety

Provide required documentation for training per part 1 and part 5 of the PWS.

Highway road worker and MOW awareness training within 30 calendar days after contract start date. Annually thereafter. Per parts 1 and 5 of the PWS.

May be hand delivered or emailed Per parts 1 and 5 of the PWS.

TECHNICAL EXHIBIT 3 SITE LOCATIONS FORT STEWART 1th STREET CROSSING

DPW O&M Contract Services Branch ATTN: COR for Traffic control devices BLDG.1178 Ft. Stewart, GA. COR info to be provided after assignment.


W9124M-18-Q-0007 Page 75 of 141


W9124M-18-Q-0007 Page 76 of 141


W9124M-18-Q-0007 Page 77 of 141


W9124M-18-Q-0007 Page 78 of 141


W9124M-18-Q-0007 Page 79 of 141


W9124M-18-Q-0007 Page 80 of 141


W9124M-18-Q-0007 Page 81 of 141


W9124M-18-Q-0007 Page 82 of 141


W9124M-18-Q-0007 Page 83 of 141


W9124M-18-Q-0007 Page 84 of 141


W9124M-18-Q-0007 Page 85 of 141


W9124M-18-Q-0007 Page 86 of 141


W9124M-18-Q-0007 Page 87 of 141


W9124M-18-Q-0007 Page 88 of 141


W9124M-18-Q-0007 Page 89 of 141


W9124M-18-Q-0007 Page 90 of 141


W9124M-18-Q-0007 Page 91 of 141


W9124M-18-Q-0007 Page 92 of 141


W9124M-18-Q-0007 Page 93 of 141

FORT STEWART HIGHWAY 84 CROSSING


W9124M-18-Q-0007 Page 94 of 141


W9124M-18-Q-0007 Page 95 of 141


W9124M-18-Q-0007 Page 96 of 141


W9124M-18-Q-0007 Page 97 of 141


W9124M-18-Q-0007 Page 98 of 141


W9124M-18-Q-0007 Page 99 of 141


W9124M-18-Q-0007 Page 100 of 141


W9124M-18-Q-0007 Page 101 of 141

FORT STEWART HIGHWAY 196 CROSSING


W9124M-18-Q-0007 Page 102 of 141


W9124M-18-Q-0007 Page 103 of 141


W9124M-18-Q-0007 Page 104 of 141


W9124M-18-Q-0007 Page 105 of 141


W9124M-18-Q-0007 Page 106 of 141


W9124M-18-Q-0007 Page 107 of 141


W9124M-18-Q-0007 Page 108 of 141


W9124M-18-Q-0007 Page 109 of 141


W9124M-18-Q-0007 Page 110 of 141


W9124M-18-Q-0007 Page 111 of 141


W9124M-18-Q-0007 Page 112 of 141


W9124M-18-Q-0007 Page 113 of 141


W9124M-18-Q-0007 Page 114 of 141


W9124M-18-Q-0007 Page 115 of 141


W9124M-18-Q-0007 Page 116 of 141

FORT STEWART SHAW ROAD CROSSING


W9124M-18-Q-0007 Page 117 of 141


W9124M-18-Q-0007 Page 118 of 141


W9124M-18-Q-0007 Page 119 of 141


W9124M-18-Q-0007 Page 120 of 141


W9124M-18-Q-0007 Page 121 of 141


W9124M-18-Q-0007 Page 122 of 141


W9124M-18-Q-0007 Page 123 of 141


W9124M-18-Q-0007 Page 124 of 141


W9124M-18-Q-0007 Page 125 of 141

FORT STEWART FRANK COCHRAN EXTENSION


W9124M-18-Q-0007 Page 126 of 141


W9124M-18-Q-0007 Page 127 of 141


W9124M-18-Q-0007 Page 128 of 141


W9124M-18-Q-0007 Page 129 of 141


W9124M-18-Q-0007 Page 130 of 141


W9124M-18-Q-0007 Page 131 of 141


W9124M-18-Q-0007 Page 132 of 141


W9124M-18-Q-0007 Page 133 of 141


W9124M-18-Q-0007 Page 134 of 141


W9124M-18-Q-0007 Page 135 of 141


W9124M-18-Q-0007 Page 136 of 141


W9124M-18-Q-0007 Page 137 of 141


W9124M-18-Q-0007 Page 138 of 141


W9124M-18-Q-0007 Page 139 of 141


W9124M-18-Q-0007 Page 140 of 141

TECHNICAL EXHIBIT 4 WAGEW DETERMINATION SEE ADDENDUM TO 52.212-4

TECHNICAL EXIBIT 5 ESTIMATED WORKLOAD DATA ESTIMATED QUANTITY ITEM 1 1

NAME Project Manager

X1

1197

Crew

X1

1197


W9124M-18-Q-0007 Page 141 of 141 Total

2394


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.