2806-5-8273-en

95
SEE ADDENDUM (No Collect Calls) W56KJD-15-R-0026 01-Oct-2015 b. TELEPHONE NUMBER 318-432-6229 8. OFFER DUE DATE/LOCAL TIME 05:00 PM 11 Oct 2015 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. W56KJD 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME JASON R. MALAK 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 95 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 0010692169 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 1 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE REGIONAL CONTRACTING CENTER - QATAR BLDG 9033 APO AE 09898 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X FAX: TEL: 318-432-6660 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: NAICS: 333120 X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

Transcript of 2806-5-8273-en

Page 1: 2806-5-8273-en

SEE ADDENDUM

(No Collect Calls)

W56KJD-15-R-0026 01-Oct-2015b. TELEPHONE NUMBER

318-432-6229

8. OFFER DUE DATE/LOCAL TIME

05:00 PM 11 Oct 2015

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

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

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER)

ADDENDA ARE

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

23.

CODE 10. THIS ACQUISITION IS

SUCH ADDRESS IN OFFER17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

BELOW IS CHECKED

TELEPHONE NO.

W56KJD9. ISSUED BY

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

7. FOR SOLICITATION INFORMATION CALL:

a. NAME

JASON R. MALAK

2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER

(TYPE OR PRINT)

30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 95OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS0010692169

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

1

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

. YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

% FOR:SET ASIDE:UNRESTRICTED ORX

SMALL BUSINESS

17a.CONTRACTOR/ CODE FACILITY

OFFEROR CODE

REGIONAL CONTRACTING CENTER - QATARBLDG 9033APO AE 09898

18a. PAYMENT WILL BE MADE BY CODE

RATED ORDER UNDERDPAS (15 CFR 700)

13a. THIS CONTRACT IS A

13b. RATING

CODE15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

14. METHOD OF SOLICITATION

RFQ IFB RFPX

FAX:

TEL: 318-432-6660 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

HUBZONE SMALL BUSINESS

SIZE STANDARD:

NAICS:

333120

XOFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

EMAIL:

TEL:

31c. DATE SIGNED

SEE SCHEDULE

SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT24.22.21.19.

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

EDWOSB

Page 2: 2806-5-8273-en

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

PAGE 2 OF95

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

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

37. CHECK NUMBER

FINALPARTIALCOMPLETE

36. PAYMENT35. AMOUNT VERIFIED

CORRECT FOR34. VOUCHER NUMBER

FINAL

33. SHIP NUMBER

PARTIAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

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

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

SEE SCHEDULE

20.SCHEDULE OF SUPPLIES/ SERVICES

21.QUANTITY UNIT

22. 23.UNIT PRICE

24.AMOUNT

19.ITEM NO.

Page 3: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 3 of 95

Section SF 1449 - CONTINUATION SHEET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lot Well Drilling Rigs and Equipment

FFP Mobile water-well drilling rigs capable of drilling at 1500ft, associated spare parts and equipment, technical manuals in Dari and English. See PWS Table 1-1 for a full list of equipment to be provided. The items will be priced on Attachment 1. See Addendum to 52.212-1 for instructions. FOB: Destination PURCHASE REQUEST NUMBER: 0010692169

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Lot Associated spare parts and equipment

FFP Associated spare parts and equipment for the mobile water-well drilling rigs. See PWS Table 1-2 for a full list of equipment to be provided. The items will be priced on Attachment 1. See Addendum to 52.212-1 for instructions. FOB: Destination

NET AMT

Page 4: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 4 of 95

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months Monthly Maintenance service

FFP Monthly maintenance and service of the equipment acquired in CLIN 0001. See PWS for a full list of equipment. The maintenance and services will be accomplished in accordance with the manufacturers recommended maintenance service schedule (including but not limited to Consumable materials, Air filter cleaning every week, Oil Filter, Machine/Truck oil each every month if required). FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 6 Months Water Well Operations Training

FFP The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Water Well Operations training as defined in the PWS. The training equipment is provided in addition to the equipment in CLIN 0001. Use of the training equipment will be under the supervision of the contractor’s trainers and the Government will not assume any liability for any lost, stolen, broken or damaged equipment. The equipment will be of a same or similar model to the equipment provide in CLIN 0001. FOB: Destination

NET AMT

Page 5: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 5 of 95

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 Job DBA Insurance

COST The amount listed by the offeror on this contract line item number (CLIN) is the estimated DBA insurance premium (estimated payroll of the Offeror and its subcontractors). The DBA insurance premium amount varies with payroll and the nature of the services. The actual amount paid by the Government under this CLIN will be based on the amount of the stamped PAID receipt from an approved Department of Labor (DOL) insurance carrier and submitted by the offeror after award for reimbursement. In the event of premiums are recalculated by the approved DOL insurance carrier based on actual payrolls, the contracting officer will adjust the DBA cost CLIN amount to reflect the actual premium amount paid. The U.S. Government will NOT reimburse the contractor for DBA insurance purchased from a non-Department of Labor approved insurance provider. FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Each CMR

FFP CONTRACTOR MANPOWER REPORTING (CMR) This line item is Not Separately Priced (NSP). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. Clause 5152.225-5904 applies. FOB: Destination

NET AMT

Page 6: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 6 of 95

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 12 Months OPTION Monthly Maintenance service

FFP Monthly maintenance and service of the equipment acquired in CLIN 0001. See PWS for a full list of equipment. The maintenance and services will be accomplished in accordance with the manufacturers recommended maintenance service schedule (including but not limited to Consumable materials, Air filter cleaning every week, Oil Filter, Machine/Truck oil each every month if required). FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1004 6 Months OPTION Water Well Operations Training

FFP The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Water Well Operations training as defined in the PWS. The training equipment is provided in addition to the equipment in CLIN 0001. Use of the training equipment will be under the supervision of the contractor’s trainers and the Government will not assume any liability for any lost, stolen, broken or damaged equipment. The equipment will be of a same or similar model to the equipment provide in CLIN 0001. FOB: Destination

NET AMT

Page 7: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 7 of 95

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 Job OPTION DBA Insurance

COST The amount listed by the offeror on this contract line item number (CLIN) is the estimated DBA insurance premium (estimated payroll of the Offeror and its subcontractors). The DBA insurance premium amount varies with payroll and the nature of the services. The actual amount paid by the Government under this CLIN will be based on the amount of the stamped PAID receipt from an approved Department of Labor (DOL) insurance carrier and submitted by the offeror after award for reimbursement. In the event of premiums are recalculated by the approved DOL insurance carrier based on actual payrolls, the contracting officer will adjust the DBA cost CLIN amount to reflect the actual premium amount paid. The U.S. Government will NOT reimburse the contractor for DBA insurance purchased from a non-Department of Labor approved insurance provider. FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 1 Each OPTION CMR

FFP CONTRACTOR MANPOWER REPORTING (CMR) This line item is Not Separately Priced (NSP). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. Clause 5152.225-5904 applies. FOB: Destination

NET AMT

Page 8: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 8 of 95

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 01-JAN-2016 1 N/A

FOB: Destination

0002 01-JAN-2016 1 N/A

FOB: Destination

0003 POP 01-JAN-2016 TO

31-DEC-2016 N/A N/A

FOB: Destination

0004 POP 01-DEC-2015 TO

31-MAY-2016 N/A N/A

FOB: Destination

0005 14 dys. ADC 1 N/A

FOB: Destination

0006 POP 01-DEC-2015 TO

30-NOV-2016 N/A N/A

FOB: Destination

1003 POP 01-JAN-2017 TO

31-DEC-2017 N/A N/A

FOB: Destination

1004 POP 01-JUN-2016 TO

30-NOV-2016 N/A N/A

FOB: Destination

Page 9: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 9 of 95

1005 01-JAN-2016 N/A FOB: Destination

1006 POP 01-DEC-2016 TO

30-NOV-2017 N/A N/A

FOB: Destination

CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-7 System for Award Management JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.222-29 Notification Of Visa Denial APR 2015 52.225-14 Inconsistency Between English Version And Translation Of

Contract FEB 2000

52.229-6 Taxes--Foreign Fixed-Price Contracts FEB 2013 52.232-40 Providing Accelerated Payments to Small Business

Subcontractors DEC 2013

52.237-2 Protection Of Government Buildings, Equipment, And Vegetation

APR 1984

52.242-13 Bankruptcy JUL 1995 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical

Information AUG 2015

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

DEC 2014

252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous Materials SEP 2014

252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7005 Identification Of Expenditures In The United States JUN 2005 252.225-7021 Alt II Trade Agreements--Alternate II (Nov 2014) NOV 2014 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.225-7048 Export-Controlled Items JUN 2013 252.225-7050 Disclosure of Ownership or Control by the Government of a

Country that is a State Sponsor of Terrorism DEC 2014

252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997

Page 10: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 10 of 95

252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.237-7010 Prohibition on Interrogation of Detainees by Contractor

Personnel JUN 2013

252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in--

Page 11: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 11 of 95

(A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (APR 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

Page 12: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 12 of 95

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an

Page 13: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 13 of 95

offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun

Page 14: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 14 of 95

and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) CLAUSE(S) 52.212-1 - ADDENDUM TO 52.212-1 ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS PROPOSAL PREPARATION INSTRUCTIONS A. INSTRUCTIONS AND VOLUMES REQUIRED: To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the Offeror's Proposal. The following volumes are required: 1. Volume I - Price 2. Volume II – Technical Capability 3. Volume III – Past Performance B. SPECIFIC INSTRUCTIONS: 1. In regards to all parts: ONLY ELECTRONIC PROPOSALS WILL BE ACCEPTED. All Proposals must be received by the contracting

Page 15: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 15 of 95

office no later than the due date and time listed in block 8 of the SF 1449. All questions regarding the solicitation, to include the Performance Work Statement (PWS), must be submitted no later than 5:00 p.m., Afghanistan time, 03 October 2015. Electronic Proposal may be e-mailed to Ms. Brenda Outman at: [email protected]. Ensure your submission is not larger than 4 megabytes. If your file is larger than 4 megabytes break the email into smaller files and send them individually Example: (INSERT COMPANY NAME, Solicitation Number (W56KJD-15-R-0026), EMAIL 1 of 3 etc.) 2. The Contractor shall ensure that all contract correspondence that is addressed to the United States Government is submitted in English. 3. For Parts I, II, and III, font must be Times New Roman, size 12. 4. Documents submitted in response to this Request for Proposal (RFP) must be fully responsive to and consistent with the following: (a) Requirements of the RFP Contract Line Items (CLIN). (b) Evaluation Factors for Award at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), of this RFP and its addendum. 5. Offerors will clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 6. Offerors will submit all parts to be technically accurate with valid pricing for a period of 60 days past the posted solicitation close date. 7. It is required that the Offeror shall be registered and approved in the Joint Contingency Contracting System (JCCS) prior to award under this solicitation. 8. To be eligible for award, the offeror must be registered in JCXS by the award date. In addition, all subcontractors at all tiers who will be contracted by the prime during the life of the contract will also be registered in JCXS by the award date. The offeror is required to submit a listing of all proposed subcontractors, at all tiers, to the contracting officer by the award date. If no subcontractors are expected to perform during the life of the contract, the prime must submit a negative response to the contracting officer before the award date. Failure to be registered in JCXS at the prime and subcontractor levels and failure to inform the contracting officer of the names of all subcontractors (or provide a negative reply) may deem the offeror non-responsive and ineligible for award. A “subcontractor” mean any supplier, distributor, vendor, or firm (company) that furnishes supplies or services to or for a prime contractor or for another subcontractor. C. ORGANIZATION: 1. VOLUME I – PRICE PROPOSAL a. The Price Proposal must be a separate volume. Complete blocks 12, 17a, 17b, 30a, 30b, and 30c of the Request for Proposal (RFP) SF 1449. In doing so, the Offeror agrees to the contract terms and conditions as written in the RFP. b. Complete the separately attached pricing worksheet (Attachment 1) for CLINs 0001 and 0002. The total CLIN prices on attachment 1 shall match the SF 1449 page 3.. c. CLIN 0003 and 1003 will be filled in on Pages 4 and 6 respectively. The unit of issue will be months. These CLINS will be priced the evenly for each month of service and have the same price regardless of what services are needed for each month.

Page 16: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 16 of 95

d. CLIN 0004 and 1004 will be filled on pages 4 and 6 respectively. The unit of issue will by month. These CLINS will be priced evenly for each month, and will include all cost associated with training to include personal, equipment and the development of the program of instruction. e. CLIN 0005 and 1005 is a cost CLIN and will be reimbursed to the contractor in accordance with the terms and conditions of this contract. Offerors will include an estimated cost for this CLIN and place the estimate on page 5 of the 1449. The Price on this CLIN will not be evaluated. f. CLIN 0006 and 1006 are not separately priced. No price will be imputed for this CLIN. g. Offers will add the prices of the CLINs in block 26 on the 1449. 2. VOLUME II - TECHNICAL CAPABILITY a. The Proposal shall contain sufficient detail to enable the Government to evaluate the Offeror's technical competency. b. The Technical Proposal shall be a separate volume containing all information necessary for the Government to perform a complete technical evaluation. The technical volume shall provide evidence that you recognize the scope of work that you will be required to provide under the proposed contract by providing the following information: i. SubFactor 1: Staffing and Experience a. Offeror's shall provide the resumes/CV's for the master instructor and the (3) subordinate instructors. The Resumes/CVs must demonstrate that the instructional staff has the experience, education and certification described in PWS paragraphs 1.4.3, 1.6.8, and Table 1-3. Copies of the degrees or certifications for each instructor shall be included with each resume to demonstrate the compliance with the PWS. The Offer may submit any additional documentation needed to prove compliance with the PWS. b. Offerors will also provide a recruitment plan, or subcontracting plan to hire the instructors or identify employees that are already employed by the offeror ii. SubFactor 2: Equipment a. Provide a full description of the equipment that will be procured for CLINs 0001 and 0002, to include specifications, manufacturer, and pictures of each item. Offeror's will also specify the country of origin of the drilling rigs. b. Provide the specifications, manufacturer, and pictures of the training equipment to be used for CLINs 0004 and 1004. Ensure the training equipment is the same or similar model to the equipment provided in CLINs 0001 and 0002. 3. VOLUME III – PAST PERFORMANCE a. The Government will evaluate the quality and extent of the Offeror’s experience deemed relevant to the requirements of the PWS. The Government will use information submitted by the Offeror and other sources such as other Federal Government offices and commercial sources to assess experience and past performance. Offerors with no relevant and recent past performance same/similar to the RFP requirement will receive a rating of neutral. b. Offerors shall provide up to three relevant projects as Past Performance on contracts performed for the US Government and/or any commercial customers within two years of the date of this solicitation. Furnish the following information for each contract referenced in a typed word document, with scanned copies of any applicable documentation:

Page 17: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 17 of 95

1. Company/Division name 2. Product/Service 3. Contracting Agency/Customer 4. Contract Number 5. Contract Dollar Value 6. Period of Performance 7. Verified, up-to-date name, address, e-mail address and telephone number of the contracting officer or commercial company reference. c. Past performance will be evaluated on the basis of achieving services relevant to this contract to level of “satisfactory” or better by the US Government or other commercial customers. No past performance will be considered “neutral”. D. DBA INSTRUCTIONS: The contractor shall purchase DBA insurance only from carriers that are authorized to provide such coverage by the United States Department of Labor (DOL). This requirement also applies to all subcontractors. The DOL maintains a website that contains a complete list of authorized insurance carriers: http://www.dol.gov/owcp/dlhwc/lscarrier.htm. Carriers authorized to provide DBA insurance are identified with the letters “DB” in the column titled “Acts Covered.” The following providers are for information only and do not represent an endorsement by the US Government. The list is NOT all inclusive. These companies are known to provide insurance in Afghanistan: (1) Insurance Providers. The companies listed below have identified themselves as providing DBA insurance for contracts in Afghanistan. Contractors are encouraged to review the DOL website or to contact insurance brokers, in paragraph (2), to identify other companies that are authorized to provide DBA insurance coverage in Afghanistan. This list is not all-inclusive. ACE Group: http://www.acegroup.com/us-en/businesses/international-advantage-defense-base-act-program-dba.aspx AIG: http://www.aig.com/Defense-Base-Act_3171_417691.html CNA: http://www.cna.com Chubb: http://www.chubb.com/ Zurich: http://www.zurich.com/ Allied World Insurance: http://www.alliedworldinsurance.com/ Starr Companies: http://www.starrcompanies.com/ (2) Insurance Brokers. Insurance brokers are representatives of insurance providers and sell insurance to contractors. The companies listed below have identified themselves as brokers for insurance providers offering DBA insurance for contracts in Afghanistan. The brokers listed below are for information purposes only and do not represent an endorsement by the US Government. This list is not all inclusive and may NOT be current. Contractors should request the names of insurance brokers from the insurance provider to obtain DBA insurance coverage in Afghanistan. Rutherfoord: http://www.rutherfoord.com AON Corporation: http://aon.com Marsh: http://www.marsh.com Lockton: http://www.lockton.com Moody Insurance Worldwide: http://www.moodyinsurance.com/gov_defense_base.shtml Latitude Global Contractor Insurance: www.latitudeglobalcontractorinsurance.com Insurance Office of America: www.ioausa.com ” CLAUSES INCORPORATED BY FULL TEXT

Page 18: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 18 of 95

52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Factor 1 – Price 2. Factor 2 – Technical Capability (a) SubFactor 1 – Staffing and Experience (b) SubFactor 2 – Equipment 3. Factor 3 – Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CLAUSE(S) 52.212-2 - ADDENDUM TO 52.212-2 BASIS FOR CONTRACT AWARD Award will be made to the responsible offeror whose offer meets or exceeds solicitation requirements at the lowest price. This award selection will be conducted using the Lowest Price Technically Acceptable (LPTA) source selection procedures of FAR 15.101-2. Note: DBA Insurance will not be evaluated. Standardized Evaluation Process: i. All proposals will be reviewed for timeliness. If the proposal is received after the closing date and does not meet the criteria for “late submissions” in the solicitation, the proposal will not be opened. ii. Timely proposals will be reviewed for responsiveness (compliance) to the solicitation. If the proposal is not responsive to the solicitation, it will not be evaluated. iii. Timely and responsive offers will be ranked from lowest to highest price iv. A technical evaluation will be conducted. The lowest priced offeror’s technical proposal will be evaluated by a technical team. If the proposal is technically acceptable, no other proposals will be evaluated. If the technical proposal is unacceptable, the next lowest offeror’s technical proposal will be evaluated. This process will continue until a technical proposal is identified as technically acceptable. v. The lowest priced technically acceptable offer will be evaluated for past performance. If the offeror’s past performance is rated acceptable, the process will proceed to award. vi. The lowest priced technically acceptable offer will be evaluated for price reasonableness. Volume 1: Price i. Price will be evaluated based on a review and analysis of the proposed prices and supporting documents. DBA Insurance will not be evaluated. Note: If needed, the Government may request additional information such as a breakdown of indirect costs, general and administrative (G&A) costs, and profit.

Page 19: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 19 of 95

ii. Offerors are advised that the Option to Extend Services Clause at FAR 52.217-8 is included in this solicitation and will be included in the award contract. iii. During the evaluation of offers, the Contracting Officer will add the cost of a six-month FAR 52.217-8 extension period to all evaluated offers. The cost of this six-month extension period will be calculated as follows: Rate Charged: The FAR 52.217-8 monthly rate charged will be identical to the monthly rate charged during the contract's final period of performance (which is the final option exercised or the base period if there are no options included in the contract). Total Evaluation Costs of FAR 52.217-8 Extension: the total cost of the evaluated FAR 52.217-8 period of performance cost will be the monthly rate of the last option period (or the base period if there are no options) multiplied by six months. iv. DBA insurance cost for CLINs 0005 and 1005 will not be evaluated. Volume II – Technical Capability The Government’s technical evaluation team shall evaluate the proposals for acceptability, assigning one of the ratings described below for each SubFactor. To be "Acceptable" under Factor 2, a proposal must be evaluated as "Acceptable" for all Factor 2-SubFactors. Any Factor 2-SubFactor evaluated as “Unacceptable” will render the Factor 2 "Unacceptable." The proposals shall be evaluated against the following technical SubFactors. A SubFactor is met when the proposal: SubFactor 1 – Staffing and Experience: i. Does the contractor have a feasible plan to staff the requirement in accordance with the PWS. ii. Do the master instructor and subordinate instructors meet the minimum experience, degrees, and certification requirements required by the PWS. SubFactor 2: Equipment: i. Does the equipment offered match the requirements for CLIN 0001 and 0002 as described by the PWS and Exhibit A. ii. Is the equipment to be used during training for CLINS 0003 and 1003the same or similar modal to the to the equipment being offered for CLINs 0001 and 0002.

Technical Acceptable / Unacceptable Ratings

Rating Description

Acceptable Proposal clearly meets the minimum requirements of the solicitation as described by the PWS and CLIN descriptions.

Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.

Volume III – Past Performance The Government’s past performance evaluation team shall evaluate the Offeror's recent and relevant past performance by assigning one of the ratings described below.

Past Performance Evaluation Ratings

Rating DescriptionAcceptable Offeror demonstrates a past performance rating of

satisfactory or better with no adverse actions and no terminations for cause. (Also see note below.)

Page 20: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 20 of 95

Unacceptable The Offeror’s performance record is less than satisfactory and includes adverse actions and/or termination for cause. The Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort.

Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “neutral” shall be considered “acceptable.” i. Recency: Past performance occurring within the past two years shall be considered recent. ii. Relevancy: For the past performance to be relevant, the past performance must concern the inspection and repair of vehicles described in the SOW and be of a scope or magnitude similar to the solicited requirements. iii. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the offeror’s "Past Performance Volume" and information obtained from other sources available to the Government, to include, but not limited to: the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases; and interviews/questionnaires with Program Managers, Contracting Officers and Fee Determining Officials, the Defense Contract Management Agency (DCMA), and commercial sources. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision -- “Economically disadvantaged women-owned small business (EDWOSB) Concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service-

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.

Page 21: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 21 of 95

Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

Page 22: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 22 of 95

(5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation.

Page 23: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 23 of 95

Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)”, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ___ . [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a veteran-owned small business concern.

Page 24: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 24 of 95

(3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a women-owned small business concern. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ .] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___ (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that--

Page 25: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 25 of 95

(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:

Page 26: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 26 of 95

Line Item No. Country of Origin

___ ___

___ ___

___ ___

(List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf (COTS) item,'' ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,'' ``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.'' (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”

Other Foreign End Products:

Line Item No. Country of Origin

___ ___

Page 27: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 27 of 95

___ ___

___ ___

[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:

Page 28: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 28 of 95

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

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary]

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

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ___ ) are, ( ___ ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency,

Page 29: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 29 of 95

(2) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ___ ) Are, ( ___ ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products.

Page 30: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 30 of 95

Listed End Product Listed Countriesof Origin

___   ___  

___   ___  

___   ___  

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ___ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ___ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.)

[The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ___ ) does ( ___ ) does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;

Page 31: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 31 of 95

(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ___ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ___ ) does ( ___ ) does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.

(3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ___ ) TIN: --------------------. ( ___ ) TIN has been applied for. ( ___ ) TIN is not required because:

Page 32: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 32 of 95

( ___ ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ___ ) Offeror is an agency or instrumentality of a foreign government; ( ___ ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ___ ) Sole proprietorship; ( ___ ) Partnership; ( ___ ) Corporate entity (not tax-exempt); ( ___ ) Corporate entity (tax-exempt); ( ___ ) Government entity (Federal, State, or local); ( ___ ) Foreign government; ( ___ ) International organization per 26 CFR 1.6049-4; ( ___ ) Other ----------. (5) Common parent. ( ___ ) Offeror is not owned or controlled by a common parent; ( ___ ) Name and TIN of common parent: Name - ___ . TIN - ___ . (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations— (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at [email protected].

Page 33: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 33 of 95

(2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates ``has'' in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ___ Immediate owner legal name: ___ (Do not use a ``doing business as'' name) Is the immediate owner owned or controlled by another entity: [ ___ ] Yes or [ ___ ] No. (3) If the Offeror indicates ``yes'' in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ___ Highest-level owner legal name: ___ (Do not use a ``doing business as'' name) (End of Provision)

Page 34: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 34 of 95

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-

282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (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.

Page 35: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 35 of 95

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (OCT 2014) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). ____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). ____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ____ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

Page 36: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 36 of 95

____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). ____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. ____ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3.

Page 37: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 37 of 95

____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

____ (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

Page 38: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 38 of 95

_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).

Page 39: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 39 of 95

(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

(xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).

(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).

(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 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 10 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

Page 40: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 40 of 95

(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 25 months. . (End of clause) 52.222-56 CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) (a) The term ``commercially available off-the-shelf (COTS) item,'' is defined in the clause of this solicitation entitled ``Combating Trafficking in Persons'' (FAR clause 52.222-50). (b) The apparent successful Offeror shall submit, prior to award, a certification, as specified in paragraph (c) of this provision, for the portion (if any) of the contract that-- (1) Is for supplies, other than commercially available off-the-shelf items, to be acquired outside the United States, or services to be performed outside the United States; and (2) Has an estimated value that exceeds $500,000. (c) The certification shall state that-- (1) It has implemented a compliance plan to prevent any prohibited activities identified in paragraph (b) of the clause at 52.222-50, Combating Trafficking in Persons, and to monitor, detect, and terminate the contract with a subcontractor engaging in prohibited activities identified at paragraph (b) of the clause at 52.222-50, Combating Trafficking in Persons; and (2) After having conducted due diligence, either-- (i) To the best of the Offeror's knowledge and belief, neither it nor any of its proposed agents, subcontractors, or their agents is engaged in any such activities; or (ii) If abuses relating to any of the prohibited activities identified in 52.222-50(b) have been found, the Offeror or proposed subcontractor has taken the appropriate remedial and referral actions. (End of provision) 52.228-3 WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) (JUL 2014) (a) The Contractor shall-- (1) Before commencing performance under this contract, establish provisions to provide for the payment of disability compensation and medical benefits to covered employees and death benefits to their eligible survivors, by purchasing workers' compensation insurance or qualifying as a self-insurer under the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 932) as extended by the Defense Base Act

Page 41: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 41 of 95

(42 U.S.C. 1651, et seq.), and continue to maintain provisions to provide such Defense Base Act benefits until contract performance is completed; (2) Within ten days of an employee's injury or death or from the date the Contractor has knowledge of the injury or death, submit Form LS-202 (Employee's First Report of Injury or Occupational Illness) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 930(a), 20 CFR 702.201 to 702.203); (3) Pay all compensation due for disability or death within the time frames required by the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914, 20 CFR 702.231 and 703.232); (4) Provide for medical care as required by the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 907, 20 CFR 702.402 and 702.419); (5) If controverting the right to compensation, submit Form LS-207 (Notice of Controversion of Right to Compensation) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914(d), 20 CFR 702.251); (6) Immediately upon making the first payment of compensation in any case, submit Form LS-206 (Payment Of Compensation Without Award) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914(c), 20 CFR 702.234); (7) When payments are suspended or when making the final payment, submit Form LS-208 (Notice of Final Payment or Suspension of Compensation Payments) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914(c) and (g), 20 CFR 702.234 and 702.235); and (8) Adhere to all other provisions of the Longshore and Harbor Workers' Compensation Act as extended by the Defense Base Act, and Department of Labor regulations at 20 CFR Parts 701 to 704. (b) For additional information on the Longshore and Harbor Workers' Compensation Act requirements see http://www.dol.gov/owcp/dlhwc/lsdba.htm. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts to which the Defense Base Act applies. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jason Malak; [email protected]. (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) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision)

Page 42: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 42 of 95

52.237-3 CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct onsite interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause)

Page 43: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 43 of 95

252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY

AGREEMENTS—REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors 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. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors 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.

(End of provision)

252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY

AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors 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. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014).

Page 44: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 44 of 95

(a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that— (1) 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) 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 the 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.

(b) The Offeror represents that— (1) 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, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.225-7020 TRADE AGREEMENTS CERTIFICATE-- ALTERNATE I (NOV 2014) (a) Definitions. Designated country end product, nondesignated country end product, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and U.S.-made end product, as used in this provision, have the meanings given in the Trade Agreements--Alternate I clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will consider only offers of end products that are U.S.-made, qualifying country, SC/CASA state, or designated country end products unless-- (i) There are no offers of such end products; (ii) The offers of such end products are insufficient to fulfill the Government's requirements; or (iii) A national interest waiver has been granted. (c) Certification and identification of country of origin. (1) For all line items subject to the Trade Agreement--Alternate I clause of this solicitation, the offeror certifies that each end product to be delivered under this contract, except those listed in paragraph (c)(2)(ii) of this provision, is a U.S.-made, qualifying country, SC/CASA state, or designated country end product.

Page 45: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 45 of 95

(2)(i) The following supplies are SC/CASA state end products: (Line Item Number) (Country of Origin) ___ ___ (ii) The following are other nondesignated country end products: (Line Item Number) (Country of Origin) ___ ___ (End of provision) 252.225-7993 Prohibition on Providing Funds to the Enemy (DEVIATION 2015-O0016)

(a) The Contractor shall— (1) Exercise due diligence to ensure that none of the funds, including supplies and services, received under this contract are provided directly or indirectly (including through subcontracts) to a person or entity who is actively opposing United States or Coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities; (2) Check the list of prohibited/restricted sources in the System for Award Management at www.sam.gov — (i) Prior to subcontract award; and (ii) At least on a monthly basis; and (3) Terminate or void in whole or in part any subcontract with a person or entity listed in SAM as a prohibited or restricted source pursuant to subtitle E of Title VIII of the NDAA for FY 2015, unless the Contracting Officer provides to the Contractor written approval of the Head of the Contracting Activity to continue the subcontract. (b) The Head of the Contracting Activity has the authority to— (1) Terminate this contract for default, in whole or in part, if the Head of the Contracting Activity determines in writing that the contractor failed to exercise due diligence as required by paragraph (a) of this clause; or (2)(i) Void this contract, in whole or in part, if the Head of the Contracting Activity determines in writing that any funds received under this contract have been provided directly or indirectly to a person or entity who is actively opposing United States or Coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities. (ii) When voided in whole or in part, a contract is unenforceable as contrary to public policy, either in its entirety or with regard to a segregable task or effort under the contract, respectively. (c) The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts, including subcontracts for commercial items, under this contract that have an estimated value over $50,000 and will be performed outside the United States and its outlying areas.

(End of clause)

Page 46: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 46 of 95

252.225-7994 ADDITIONAL ACCESS TO CONTRACTOR AND SUBCONTRACTOR RECORDS IN THE UNITED STATES CENTRAL COMMAND THEATER OF OPERATIONS (DEVIATION 2015-O0013) (MAR 2015) (a) In addition to any other existing examination-of-records authority, the Department of Defense is authorized to examine any records of the Contractor to the extent necessary to ensure that funds available under this contract are not— (1) Subject to extortion or corruption; or (2) Provided, directly or indirectly, to persons or entities that are actively supporting an insurgency or otherwise actively opposing United States or coalition forces in a contingency operation. (b) The substance of this clause, including this paragraph (b), is required to be included in subcontracts under this contract that have an estimated value over $100,000.

(End of clause) 252.225-7995 CONTRACTOR PERSONNEL PERFORMING IN THE UNITED STATES CENTRAL COMMAND AREA OF RESPONSIBILITY (DEVIATION 2015-O0009)(JAN 2015)

(a) Definitions. As used in this clause— “Combatant Commander” means the Commander of the United States Central Command Area of Responsibility. “Contractors authorized to accompany the Force,” or “CAAF,” means contractor personnel, including all tiers of subcontractor personnel, who are authorized to accompany U.S. Armed Forces in applicable operations and have been afforded CAAF status through a letter of authorization. CAAF generally include all U.S. citizen and third-country national employees not normally residing within the operational area whose area of performance is in the direct vicinity of U.S. Armed Forces and who routinely are collocated with the U.S. Armed Forces (especially in non-permissive environments). Personnel collocated with U.S. Armed Forces shall be afforded CAAF status through a letter of authorization. In some cases, Combatant Commander subordinate commanders may designate mission-essential host nation or local national contractor employees (e.g., interpreters) as CAAF. CAAF includes contractors previously identified as contractors deploying with the U.S. Armed Forces. CAAF status does not apply to contractor personnel in support of applicable operations within the boundaries and territories of the United States. “Designated reception site” means the designated place for the reception, staging, integration, and onward movement of contractors deploying during a contingency. The designated reception site includes assigned joint reception centers and other Service or private reception sites. “Law of war” means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all international law for the conduct of hostilities binding on the United States or its individual citizens, including treaties and international agreements to which the United States is a party, and applicable customary international law. “Non-CAAF” means personnel who are not designated as CAAF, such as local national (LN) employees and non-LN employees who are permanent residents in the operational area or third-country nationals not routinely residing with U.S. Armed Forces (and third-country national expatriates who are permanent residents in the operational area) who perform support functions away from the close proximity of, and do not reside with, U.S. Armed Forces. Government-furnished support to non-CAAF is typically limited to force protection, emergency medical care, and basic human needs (e.g., bottled water, latrine facilities, security, and food when necessary) when performing their jobs in the direct vicinity of U.S. Armed Forces. Non-CAAF status does not apply to contractor personnel in support of applicable operations within the boundaries and territories of the United States.

Page 47: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 47 of 95

“Subordinate joint force commander” means a sub-unified commander or joint task force commander. (b) General. (1) This clause applies to both CAAF and non-CAAF when performing in the United States Central Command (USCENTCOM) Area of Responsibility (AOR) (2) Contract performance in USCENTCOM AOR may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations. (3) When authorized in accordance with paragraph (j) of this clause to carry arms for personal protection, contractor personnel are only authorized to use force for individual self-defense. (4) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of force by contractor personnel authorized to accompany the U.S. Armed Forces can subject such personnel to United States or host nation prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause). (5) Service performed by contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note. (c) Support. (1)(i) The Combatant Commander will develop a security plan for protection of contractor personnel in locations where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because— (A) The Contractor cannot obtain effective security services; (B) Effective security services are unavailable at a reasonable cost; or (C) Threat conditions necessitate security through military means. (ii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of security provided DoD civilians. (2)(i) Generally, CAAF will be afforded emergency medical and dental care if injured while supporting applicable operations. Additionally, non-CAAF employees who are injured while in the vicinity of U. S. Armed Forces will normally receive emergency medical and dental care. Emergency medical and dental care includes medical care situations in which life, limb, or eyesight is jeopardized. Examples of emergency medical and dental care include examination and initial treatment of victims of sexual assault; refills of prescriptions for life-dependent drugs; repair of broken bones, lacerations, infections; and traumatic injuries to the dentition. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. (ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation. (iii) Medical or dental care beyond this standard is not authorized. (3) Contractor personnel must have a Synchronized Predeployment and Operational Tracker (SPOT)-generated letter of authorization signed by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the USCENTCOM AOR. The letter of authorization also will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to under this contract. Contractor personnel who are issued a letter of authorization shall carry it with them at all times while deployed. (4) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the USCENTCOM AOR under this contract. (d) Compliance with laws and regulations. (1) The Contractor shall comply with, and shall ensure that its personnel performing in the USCENTCOM AOR are familiar with and comply with, all applicable— (i) United States, host country, and third country national laws;

Page 48: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 48 of 95

(ii) Provisions of the law of war, as well as any other applicable treaties and international agreements; (iii) United States regulations, directives, instructions, policies, and procedures; and (iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security, health, safety, or relations and interaction with local nationals. (2) The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and subcontractors, including law of war training in accordance with paragraph (e)(1)(vii) of this clause. (3) The Contractor shall ensure that CAAF and non-CAAF are aware— (i) Of the DoD definition of “sexual assault” in DoDD 6495.01, Sexual Assault Prevention and Response Program; (ii) That the offenses addressed by the definition are covered under the Uniform Code of Military Justice (see paragraph (e)(2)(iv) of this clause). Other sexual misconduct may constitute offenses under the Uniform Code of Military Justice, Federal law, such as the Military Extraterritorial Jurisdiction Act, or host nation laws; and (iii) That the offenses not covered by the Uniform Code of Military Justice may nevertheless have consequences to the contractor employees (see paragraph (h)(1) of this clause). (4) The Contractor shall report to the appropriate investigative authorities, identified in paragraph (d)(6) of this clause, any alleged offenses under— (i) The Uniform Code of Military Justice (chapter 47 of title 10, United States Code) (applicable to contractors serving with or accompanying an armed force in the field during a declared war or contingency operations); or (ii) The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code). (5) The Contractor shall provide to all contractor personnel who will perform work on a contract in the deployed area, before beginning such work, information on the following: (i) How and where to report an alleged crime described in paragraph (d)(4) of this clause. (ii) Where to seek victim and witness protection and assistance available to contractor personnel in connection with an alleged offense described in paragraph (d)(4) of this clause. (iii) This section does not create any rights or privileges that are not authorized by law or DoD policy. (6) The appropriate investigative authorities to which suspected crimes shall be reported include the following— (i) US Army Criminal Investigation Command at http://www.cid.army.mil/reportacrime.html; (ii) Air Force Office of Special Investigations at http://www.osi.andrews.af.mil/library/factsheets/factsheet.asp?id=14522; (iii) Navy Criminal Investigative Service at http://www.ncis.navy.mil/Pages/publicdefault.aspx; (iv) Defense Criminal Investigative Service at http://www.dodig.mil/HOTLINE/index.html; (v) To any command of any supported military element or the command of any base. (7) Personnel seeking whistleblower protection from reprisals for reporting criminal acts shall seek guidance through the DoD Inspector General hotline at 800-424-9098 or www.dodig.mil/HOTLINE/index.html. Personnel seeking other forms of victim or witness protections should contact the nearest military law enforcement office.

Page 49: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 49 of 95

(8) The Contractor shall ensure that Contractor employees supporting the U.S. Armed Forces deployed outside the United States are aware of their rights to— (A) Hold their own identity or immigration documents, such as passport or driver’s license; (B) Receive agreed upon wages on time; (C) Take lunch and work-breaks; (D) Elect to terminate employment at any time; (E) Identify grievances without fear of reprisal; (F) Have a copy of their employment contract in a language they understand; (G) Receive wages that are not below the legal in-country minimum wage; (H) Be notified of their rights, wages, and prohibited activities prior to signing their employment contract; and (I) If housing is provided, live in housing that meets host-country housing and safety standards. (e) Preliminary personnel requirements. (1) The Contractor shall ensure that the following requirements are met prior to deploying CAAF (specific requirements for each category will be specified in the statement of work or elsewhere in the contract): (i) All required security and background checks are complete and acceptable. (ii) All CAAF deploying in support of an applicable operation— (A) Are medically, dentally, and psychologically fit for deployment and performance of their contracted duties; (B) Meet the minimum medical screening requirements, including theater-specific medical qualifications as established by the geographic Combatant Commander (as posted to the Geographic Combatant Commander’s website or other venue); and (C) Have received all required immunizations as specified in the contract. (1) During predeployment processing, the Government will provide, at no cost to the Contractor, any military-specific immunizations and/or medications not available to the general public. (2) All other immunizations shall be obtained prior to arrival at the deployment center. (3) All CAAF and selected non-CAAF, as specified in the statement of work, shall bring to the USCENTCOM AOR a copy of the Public Health Service Form 791, “International Certificate of Vaccination” that shows vaccinations are current. (iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit the USCENTCOM AOR and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment center. (iv) Special area, country, and theater clearance is obtained for all personnel deploying. Clearance requirements are in DoD Directive 4500.54E, DoD Foreign Clearance Program. For this purpose, CAAF are considered non-DoD contractor personnel traveling under DoD sponsorship. (v) All deploying personnel have received personal security training. At a minimum, the training shall— (A) Cover safety and security issues facing employees overseas. (B) Identify safety and security contingency planning activities; and (C) Identify ways to utilize safety and security personnel and other resources appropriately. (vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoD Civilian and Contractors. (vii) Personnel have received law of war training as follows: (A) Basic training is required for all CAAF. The basic training will be provided through—

Page 50: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 50 of 95

(1) A military-run training center; or (2) A web-based source, if specified in the contract or approved by the Contracting Officer. (B) Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as specified in the contract. (2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that— (i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.); (ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a war crime when committed by a civilian national of the United States; (iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular, military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and (iv) In time of declared war or a contingency operation, CAAF are subject to the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10). (v) Such employees are required to report offenses alleged to have been committed by or against contractor personnel to appropriate investigative authorities. (vi) Such employees will be provided victim and witness protection and assistance. (f) Processing and departure points. CAAF shall— (1) Process through the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of contractor personnel and to ensure that all deployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause; (2) Use the point of departure and transportation mode directed by the Contracting Officer; and (3) Process through a designated reception site (DRS) upon arrival at the deployed location. The DRS will validate personnel accountability, ensure that specific USCENTCOM AOR entrance requirements are met, and brief contractor personnel on theater-specific policies and procedures. (g) Personnel data. (1) The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based system to enter and maintain data for all Contractor employees covered by this clause, following the procedures in paragraph (g)(3) of this clause. (2) Upon becoming an employee under this contract, the Contractor shall enter into SPOT, and shall continue to use SPOT web-based system to maintain accurate, up-to-date information throughout the employment in the AOR. Changes to status of individual contractor personnel relating to their in-theater arrival date and their duty location, to include closing out the employment in the AOR with their proper status (e.g., mission complete, killed, wounded) shall be annotated within the SPOT database in accordance with the timelines established in the SPOT business rules.1

1 Hyperlink to http://www.acq.osd.mil/log/PS/spot.html

Page 51: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 51 of 95

(i) In all circumstances, this includes any personnel performing private security functions and CAA. (ii) For personnel other than those performing private security functions and CAAF, this requirement excludes anyone— (A) Hired under contracts valued below the simplified acquisition threshold; (B) Who will be performing in the CENTCOM AOR less than 30 continuous days; or (C) Who, while afloat, are tracked by the Diary message Reporting System. (3) Follow these steps to register in and use SPOT:

(i) SPOT registration requires one of the following login methods:

(A) A Common Access Card (CAC) or a SPOT-approved digital certificate; or

(B) A Government-sponsored SPOT user ID and password. This type of log-in method is only allowed for those individuals who are not authorized to obtain a CAC or an external digital certificate, and requires SPOT Program Management Office approval.

(ii) To register in SPOT:

(A) Contractor company administrators should register for a SPOT account at https://spot.dmdc.mil; and

(B) The customer support team must validate user need. This process may take two business days. Company supervisors will be contacted to validate Contractor company administrator account requests and determine the appropriate level of user access.

(iii) Upon approval, all users will access SPOT at https://spot.dmdc.mil/ . (iv)(A) Refer SPOT application assistance questions to the Customer Support Team at— (1) Phone: 703-578-5407, DSN 312-698-5407; or (2) Email: [email protected]. (B) Refer to the SPOT OSD Program Support website at http://www.acq.osd.mil/log/PS/spot.html for additional training resources and documentation regarding registration for and use of SPOT. (h) Contractor personnel. (1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any contractor personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government’s discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause. (2) The Contractor shall identify all personnel who occupy a position designated as mission essential and ensure the continuity of essential Contractor services during designated operations, unless, after consultation with the Contracting Officer, Contracting Officer’s representative, or local commander, the Contracting Officer directs withdrawal due to security conditions. (3) The Contractor shall ensure that contractor personnel follow the guidance at paragraph (e)(2)(v) of this clause and any specific Combatant Commander guidance on reporting offenses alleged to have been committed by or against contractor personnel to appropriate investigative authorities. (4) Contractor personnel shall return all U.S. Government-issued identification, to include the Common Access Card, to appropriate U.S. Government authorities at the end of their deployment (or, for non-CAAF, at the end of their employment under this contract).

Page 52: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 52 of 95

(i) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant Commander. If authorized to wear military clothing, contractor personnel must— (i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures; and (ii) Carry the written authorization with them at all times. (2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment. (3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to ensure the safety and security of contractor personnel. (4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the Contracting Officer. (j) Weapons. (1) If the Contractor requests that its personnel performing in the USCENTCOM AOR be authorized to carry weapons for individual self-defense, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41. The Combatant Commander will determine whether to authorize in-theater contractor personnel to carry weapons and what weapons and ammunition will be allowed. (2) If contractor personnel are authorized to carry weapons in accordance with paragraph (j)(1) of this clause, the Contracting Officer will notify the Contractor what weapons and ammunition are authorized. (3) The Contractor shall ensure that its personnel who are authorized to carry weapons— (i) Are adequately trained to carry and use them— (A) Safely; (B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and (C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law; (ii) Are not barred from possession of a firearm by 18 U.S.C. 922; (iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition; (iv) Comply with applicable Combatant Commander and local commander force-protection policies; and (v) Understand that the inappropriate use of force could subject them to U.S. or host-nation prosecution and civil liability. (4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by contractor personnel rests solely with the Contractor and the Contractor employee using such weapon. (5) Upon redeployment or revocation by the Combatant Commander of the Contractor’s authorization to issue firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer. (k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the USCENTCOM AOR. (l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the USCENTCOM AOR whose function is to determine that certain items are scarce goods or services, the Contractor shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer. (m) Evacuation. (1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide

Page 53: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 53 of 95

assistance, to the extent available, to United States and third country national contractor personnel. (2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet obligations under this contract. (n) Next of kin notification and personnel recovery. (1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted. (2) In the case of isolated, missing, detained, captured, or abducted contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive 3002.01E, Personnel Recovery in the Department of Defense. (o) Mortuary affairs. Contractor personnel who die while in support of the U.S. Armed Forces shall be covered by the DoD mortuary affairs program as described in DoD Directive 1300.22, Mortuary Affairs Policy, and DoD Instruction 3020.41, Operational Contractor Support. (p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in the place of performance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to the provisions of the Changes clause of this contract. (q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractor personnel are performing in the USCENTCOM AOR. (End of clause) 252.225-7997 CONTRACTOR DEMOBILIZATION (DEVIATION 2013-O0017) (AUGUST 2013) (a) Generally, the Contractor is responsible for demobilizing all of its personnel and equipment from the Afghanistan Combined Joint Operations Area (CJOA). (b) Demobilization plan. The Contractor shall submit a demobilization plan to the Contracting Officer for approval a minimum of 120 calendar days prior to the end of the current contract performance period or as otherwise directed by the Contracting Officer. Upon acceptance of the demobilization plan by the Contracting Officer, the demobilization plan becomes a material part of the contract and the Contractor agrees to fully perform its demobilization in accordance with that plan. The demobilization plan shall address the items specified in this clause and must demonstrate the Contractor’s plans and ability to remove its personnel and equipment from the CJOA and to return Government property no later than 30 days after the expiration of the current period of performance. (c) Demobilization plan implementation. Every 30 calendar days after incorporation of the plan into the contract, or as otherwise directed by the Contracting Officer, the Contractor shall provide written information to the Contracting Officer and Contracting Officer Representative that addresses the Contractor’s progress in implementing the plan. The Contractor shall continue to provide the information in the preceding sentence until the Contractor has completely and properly demobilized. If the Contracting Officer or Contracting Officer Representative identifies deficiencies with the plan, as approved, or with the implementation of that plan, the Contractor shall submit a corrective action plan (CAP) to those officials within five calendar days to remedy those deficiencies. The Contracting Officer shall review the CAP within five calendar days to determine whether the CAP is acceptable. Upon approval by the Contracting Officer, the CAP becomes a material part of the demobilization plan. (d) Plan contents

Page 54: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 54 of 95

(1) The plan shall identify the method of transportation (air, ground) the Contractor intends to use to remove its personnel and equipment from the CJOA and whether that method of transportation is Government or Contractor-furnished. If Government-furnished transportation is authorized, the plan must identify the contract term or condition which authorizes Government transportation of the personnel and equipment associated with this contract. (2) The plan shall identify the number of Contractor personnel to be demobilized by category (U.S. citizens, Third Country Nationals (TCN), Local Nationals (LN)) and, for U.S. and TCN personnel, identify the point of origin or home country to which they will be transported and the timeline for accomplishing that objective. If U.S. or TCN employees have authorization to remain in the CJOA after completion of demobilization, the plan shall identify the name each individual, their nationality, their location in the CJOA, and provide a copy of the authorization. The plan shall also identify whether the Contractor needs the Contracting Officer to extend the Letters of Authorization (LOA) for any Contractor personnel to execute the demobilization plan. (3) The plan shall identify all Contractor equipment and the timeline for accomplishing its demobilization. The Contractor shall identify all equipment, whether or not it is covered by CJTSCC Acquisition Instruction Clause “Inbound / Outbound Cargo and Contractor Equipment Census.” The plan shall also specify whether the Contractor intends to leave any equipment in the CJOA, a list of all such equipment, including its location, and the reason(s) therefor. (4) The plan shall identify all Government property provided or made available to the Contractor under this contract or through any separate agreement or arrangement (e.g., Installation Mayors, Garrison Commanders). The plan shall also identify the timeline for vacating or returning that property to the Government, including proposed dates for conducting joint inspections. (e) Demobilization requirements: (1) The Contractor shall demobilize and return its personnel to their point of origin or home country according to the approved demobilization plan. (2) The Contractor is not authorized to use Government-furnished transportation unless specifically authorized in this contract. (3) The Contractor may request an extension of the LOAs only for those Contractor personnel whose presence is required to execute the approved demobilization plan. The Contractor shall submit its request no later than 30 calendar days prior to the expiration of the current period of performance. LOAs may only be extended for a period up to 30 calendar days after expiration of the current performance period. The request shall contain the following information: (i) The names of each individual requiring an extension. (ii) The required extension period. (iii) The justification for each extension (e.g., the specific function(s) the individual will perform during the demobilization period). The Contractor is not entitled to any additional compensation if LOAs are extended. (4) The Contractor shall close out their employees deployments with the proper status entered into the Synchronized Pre-Deployment Operational Tracker (SPOT) database (e.g. active, redeployed, no-shows, killed, injured) within 72 hours of their employee’s re-deployment and, if applicable, release their personnel in SPOT. (5) All Contractor equipment that is lost, abandoned or unclaimed personal property that comes into the custody or control of the Government after the demobilization period has ended may be sold or otherwise disposed of in accordance with 10 U.S.C. section 2575. Notwithstanding the previous sentence and the Government’s authority under 10 U.S.C. section 2575, the Government may exercise any other contractual rights for the Contractor’s failure to perform in accordance with its demobilization plan.

Page 55: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 55 of 95

(6) If the Contractor waives its interest to all lost, abandoned or unclaimed personal property, the Contractor may still be liable for all costs incurred by the Government to remove or dispose of the abandoned property. (7) The Government may dispose of any and all lost, unclaimed, or abandoned personal property in accordance with 10 U.S.C. section 2575. (8) The Contractor shall return all Government property provided or made available under this contract or through any separate agreement. The Contractor shall report all lost or damaged Government property in accordance with DFARS 52.245-1(h) unless other procedures are identified in the contract or separate agreement. If the Government inspects the property and finds that damages or deficiencies have not been reported by the end of the demobilization period, the Government may reduce payments under the contract by the amounts required to correct the damages or deficiencies or replace the loss. (9) The Contractor is liable for all cleanup, clearing, and/or environmental remediation expenses incurred by the Government in returning a Government facility to its original condition. If damages or deficiencies are discovered during the inspection of said facility, the Contractor shall make the necessary repairs or corrections and then notify the Installation Mayor, Garrison Commander, or their designees to arrange for a re-inspection of the facility. If the Installation Mayor or Garrison Commander inspects the facility and finds that damages or deficiencies have not been repaired or corrected by the end of the demobilization period, the Government may reduce payments under the contract by the amounts required to correct the damages or deficiencies. (10) The Contractor shall ensure that all employees, including all subcontractor employees at all tiers, return installation and/or access badges to the local Access Control Badging Office for de-activation and destruction according to the approved demobilization plan. The Contractor shall submit a Badge Termination Report to ensure each record is flagged and the badge is revoked. If an employee’s badge is not returned, the Contractor shall submit a Lost, Stolen or Unrecovered Badge Report to the appropriate Access Control Badging Office. Contractor employees in possession of a Common Access Card (CAC) shall be responsible for turning in the CAC upon re-deployment through a CONUS Replacement Center in the United States. Failure to comply with these requirements may result in delay of final payment. (f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts.

(End of Clause) 252.229-7999 TAXES – FOREIGN CONTRACTS IN AFGHANISTAN (DEVIATION 2013-O0016) (JULY 2013) (a) This acquisition is covered by the Agreement regarding the Status of United States Military and Civilian Personnel of the U.S. Department of Defense Present in Afghanistan with Cooperative Efforts in Response to Terrorism, Humanitarian and Civic Assistance, Military Training and Exercises, and other Activities, entered into between the United States and Afghanistan which was concluded by an exchange of diplomatic notes (U.S. Embassy Kabul note No. 202, dated September 26, 2002; Afghan Ministry of Foreign Affairs notes 791 and 93, dated December 12, 2002, and May 28, 2003, respectively), and entered into force on May 28, 2003. (b) The Agreement exempts the Government of the United States of America and its contractors, subcontractors and contractor personnel from paying any tax or similar charge assessed within Afghanistan. The Agreement also exempts the acquisition, importation, exportation and use of articles and services in the Republic of Afghanistan by or on behalf of the Government of the United States of America in implementing this agreement from any taxes, customs duties or similar charges in Afghanistan. (c) The Contractor shall exclude any Afghan taxes, customs duties or similar charges from its contract price. (d) The Agreement does not exempt Afghan employees of DoD contractors and subcontractors from Afghan tax laws. To the extent required by Afghanistan law, contractors and subcontractors are required to withhold tax from the wages of these employees and to remit those payments to the appropriate Afghanistan taxing authority. These withholdings are an individual’s liability, not a tax against the Contractor or subcontractor.

Page 56: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 56 of 95

(e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts.

(End of clause) 252.232-7014 NOTIFICATION OF PAYMENT IN LOCAL CURRENCY (AFGHANISTAN) (SEP 2014) (a) The contract resulting from this solicitation will be paid in Afghani (local currency) if the contract is awarded to a host nation vendor (Afghan), pursuant to the authority of USCENTCOM Fragmentary Order (FRAGO) 09-1567 and FRAGO 10-143. Contract payment will be made in Afghani (local currency) via electronic funds transfer (EFT) to a local (Afghan) banking institution, unless an exception in paragraph (c) applies. Contracts shall not be awarded to host nation vendors who do not bank locally. If award is made to other than a host nation vendor, the contract will be awarded in U.S. dollars. (b) Vendors shall submit quotations and offers in U.S. dollars. If the contract is awarded to an Afghan vendor, the quotation or offer will be converted to Afghani using a Government budget rate of [60.26] Afghani per U.S. dollar. (c) By exception, the following forms of payment are acceptable, in the following order of priority, when the local finance office determines that EFT using ITS.gov is not available: (1) EFT using Limited Depository Account (LDA). (2) Check from the local finance office LDA. (3) Local currency cash payments in Afghani (must be approved in writing by the local finance office and contracting office prior to contract award). Payments in cash are restricted to contracts when-- (i) The vendor provides proof via a letter from the host nation banking institution that it is not EFT capable; and (ii) The local finance office validates that the vendor's banking institution is not EFT capable. Cash payments will be made in Afghani. (End of provision) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the

Page 57: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 57 of 95

Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 5152.222-5900 PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (MAR 2014) (a) All contractors (“contractors” refers to both prime contractors and all subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the person’s liberty to move or travel, in order to maintain the labor or services of that person. (b) Contractors are also required to comply with the following provisions: (1) Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes. (2) Contractors shall provide all employees with a signed copy of their employment contract, in English as well as the employee’s native language, that defines the terms of their employment/compensation. (3) Contractors shall not utilize unlicensed recruiting firms or firms that charge illegal recruiting fees. (4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for their employees. Fifty square feet is the minimum acceptable square footage of personal living space per employee for Contractor furnished living space. Upon contractor’s written request, Contracting Officers may grant a waiver in writing in cases where the existing contractor provided square footage is within 20% of the minimum, and the overall conditions are determined by the Contracting Officer to be acceptable. A copy of the waiver approval shall be maintained at the respective life support area. Government furnished facilities will be provided in accordance with the applicable installation/base billeting standards, with contractor personnel afforded, at a minimum, square footage equivalent to an E1. (5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the Government’s Quality Assurance process. (6) Contractors shall comply with International and Host Nation laws regarding transit/exit/entry procedures and the requirements for visas and work permits. (c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees violating the human trafficking and inhumane living conditions provisions contained herein. Contractors are advised that Contracting Officers and/or their representatives will conduct random checks to ensure contractors and subcontractors at all tiers are adhering to the law on human trafficking, humane living conditions and withholding of passports. (d) The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts under his contract.

5152.225-5902 FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS

(JUN 2015) (a) The contractor shall ensure the individuals they deploy are in compliance with the current USCENTCOM Individual Protection and Individual/Unit Deployment Policy, including TAB A, Amplification of the Minimal

Page 58: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 58 of 95

Standards of Fitness for Deployment to the CENTCOM AOR, unless a waiver is obtained in accordance with TAB C, CENTCOM Waiver Request. The current guidance is located at http://www2.centcom.mil/sites/contracts/Pages/GCP.aspx. (b) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit. (c) Contractor personnel who deploy for multiple tours, which exceed 12 months in total, must be re-evaluated for fitness to deploy every 12 months IAW the current USCENTCOM Individual Protection and Individual/Unit Deployment Policy standards. An examination will remain valid for 15 months from the date of the physical. This allows an examination to be valid up to 90 days prior to deployment. Once a deployment begins, the examination will only be good for a maximum of 12 months. Any medical waivers received will be valid for a maximum of 12 months. Failure to obtain an updated medical waiver before the expiration of the current waiver renders the employee unfit and subject to redeployment. (d) The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the performance location. The contractor shall include this information in all subcontracts with performance in the theater of operations. (e) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD Federal Acquisition Regulation Supplement (DFARS) PGI 225.74), resuscitative care, stabilization, hospitalization at a Role 3 military treatment facility (MTF) for emergency life-limb-eyesight care will be provided along with assistance for urgent patient movement. Subject to availability, an MTF may provide reimbursable treatment for emergency medical or dental services (e.g., broken bones, lacerations, broken teeth or lost fillings). (f) Routine and primary medical care are not authorized. Pharmaceutical services are not authorized for known or routine prescription drug needs of the individual. Routine dental care, examinations and cleanings are not authorized (g) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or patient movement rendered. To view reimbursement rates that will be charged for services at all DoD deployed medical facilities please go to the following website: http://comptroller.defense.gov/FinancialManagement/Reports/rates2014.aspx.

(End of Clause)

5152.225-5903COMPLIANCE WITH LAWS AND REGULATIONS (DEC 2011) (a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and US Central Command orders and directives as applicable to personnel in Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps or Chief of Mission operations and fragmentary orders, instructions, policies and directives. (b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human casualties or military security measures. (c) Contractor employees may be ordered removed from the US Embassy, Chief of Mission sites, secure military installations or the theater of operations by order of the senior military commander of the battle space for acts that

Page 59: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 59 of 95

disrupt good order and discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall immediately comply with any such order to remove its contractor employee. (d) Contractor employees performing in the USCENTCOM Area of Responsibility (AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements. (e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement within the AOR or administratively attached to a military command pending resolution of a criminal investigation. (f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to depart Afghanistan without approval from the senior U.S. commander. 5152.225-5904 MONTHLY CONTRACTOR CENSUS REPORTING (AUG 2014) Contractor shall provide monthly employee census information to the Contracting Officer, by province, for this contract. Information shall be submitted either electronically or by hard-copy. Information shall be current as of the 25th day of each month and received by the Contracting Officer no later than the first day of the following month. The following information shall be provided for each province in which work was performed: The total number (prime and subcontractors at all tiers) employees. The total number (prime and subcontractors at all tiers) of U.S. citizens. The total number (prime and subcontractors at all tiers) of local nationals (LN). The total number (prime and subcontractors at all tiers) of third-country nationals (TCN). Name of province in which the work was performed. The names of all company employees who enter and update employee data in the Synchronized Pre-deployment & Operational Tracker (SPOT) IAW DFARS 252.225-7995 or DFARS DoD class deviation 2014-O0018.

(End of Clause)

5152.225-5907 MEDICAL SCREENING AND VACCINATION REQUIREMENTS

FOR CONTRACTOR EMPLOYEES OPERATING IN THE CENTCOM AREA OF RESPONSIBILITY (AOR)

(JUN 2015)

(a) All contractor employees are required to be medically, dentally, and psychologically fit for deployment and performance of their contracted duties as outlined in the Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.225-7995, Contractor Personnel Performing in the United States Central Command Area of Responsibility. This clause requires all contractor personnel to meet the theater specific medical qualifications established by the Geographic Combatant Commander before deploying to, being granted installation access, or

Page 60: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 60 of 95

performing work under the resultant contract. In the USCENTCOM Area of Operation (AOR), the required medical screening, immunizations, and vaccinations are specified in the current USCENTCOM individual Protection and Individual Unit Deployment Policy and DoD Instruction (DODI) 3020.41, Operational Contract Support (OCS). Current medical screening, immunization, and vaccination requirements are available at http://www2.centcom.mil/sites/contracts/Pages/GCP.aspx. The current DODI is available at http://www.dtic.mil/whs/directives/corres/ins1.html. The current list of immunization and vaccination requirements are available at http://www.vaccines.mil. (b) The USCENTCOM policy requires contractors to ensure adequate health management is available for Tuberculosis (TB) screening, diagnosis, treatment, and isolation during the life of the contract. This includes management and compliance with all prescribed public health actions regarding TB and the responsibility to ensure adequate health management is available at the Contractor’s medical provider or local economy provider’s location for all contractor and subcontractor employees throughout the life of the contract. The contractor shall maintain medical screening documentation, in English, and make it available to the Contracting Officer, military public health personnel, or Base Operations Center installation access badging personnel upon request. (1) U.S. Citizens are considered Small-Risk Nationals (SRNs) as the U.S. has less than 25 TB cases per 100,000 persons. A TB testing method of either a TB skin test (TST) or Interferon Gamma Release Assay (IGRA) may be used for pre-deployment and annual re-screening of all U.S. Citizens employed under the contract. For a contact investigation, all personnel with a positive TST or IGRA will be evaluated for potential active TB with a symptom screen, exposure history and CXR. A physical copy of all TST, IGRA, and/or CXRs and radiographic interpretation must be provided at the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to deployment and prior to installation access badge renewal. (2) Other Country Nationals (OCNs) and Local Nationals (LNs) shall have pre-deployment/employment testing for TB using a Chest x-ray (CXR) and a symptom survey completed within 3 months prior to the start of deployment/employment, with annual re-screening prior to installation access badge renewal. This is the only way to verify interval changes should an active case of TB occur. When conducting annual re-screening, the Contractor’s medical provider or local economy provider will look for interval changes from prior CXR’s and review any changes in the symptom survey. A physical copy of the CXR film with radiographic interpretation showing negative TB results must be provided to the Base Operations Center prior to the start of deployment/employment, with annual re-screening prior to installation access badge renewal. (3) After arrival in the USCENTCOM AOR, all cases of suspected or confirmed active TB must be reported to the theater Preventive Medicine (PM) Physician and/or TB Consultant within 24 hours. Contact tracing, and medical coding, have specific requirements. After consultation with the Theater PM or TB Consultant, the contractor or sub-contractor with suspected or confirmed TB are required to be evacuated to the closest civilian hospital for treatment. The Contractor is responsible for management and compliance with all prescribed public health actions. The employee, contractor/sub-contractor shall be transported out of theater following three (3) consecutive negative sputum smears. (c) All employees, contractors and sub-contractors, involved in food service, water and/or ice production facilities must be pre-screened prior to deployment and re-screened annually for signs and symptoms of infectious diseases. This includes a stool sample test for ova and parasites. Additionally, all employees, contractors and sub-contractors, will have completed: (1) the full series of immunization for Typhoid and Hepatitis “A” (full series) immunizations per the Centers for Disease Control and Prevention guidelines (e.g. typhoid vaccination booster is required every 2 years); (2) the required TB tests; and (3) screening for Hepatitis B and C. (d) Proof of pre-deployment and deployment medical screening, immunizations, and vaccinations (in English) for employees, contractors and sub-contractors shall be made available to the designated Government representative throughout the life of the contract, and provided to the Contracting Officer, for a minimum of six (6) years and (3) months from the date of final payment under the contract.

(End of Clause)

Page 61: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 61 of 95

5152.225-5908 GOVERNMENT FURNISHED CONTRACTOR SUPPORT

(JUN 2015) The following is a summary of the type of support the Government will provide the contractor. Services will be provided to contractors at the same level as they are provided to military and DoD civilian personnel. In the event of any discrepancy between this summary and the description of services in the Statement of Work, this clause will take precedence. These services are only provided at the following locations: [Contracting Officer must enter the names of the operating locations of the contractor that the requiring activity has properly coordinated with the respective Forward Operating Base (FOB) Mayor(s)]. When contractor employees are in transit, all checked blocks are considered authorized.

U.S. Citizens

APO/MPO/DPO/Postal Service DFACs**** Mil Issue Equip Authorized Weapon****** Excess Baggage MILAIR (inter/intra theater) Billeting*** Fuel Authorized MWR CAAF* Govt Furnished Meals**** Controlled Access Card (CAC) Military Banking Transportation Installation Access Badge Laundry Military Clothing Military Exchange None Embassy Services Kabul**

Third-Country National (TCN) Employees

N/A DFACs**** Mil Issue Equip Authorized Weapon****** Excess Baggage MILAIR (inter/intra theater) Billeting*** Fuel Authorized MWR CAAF* Govt Furnished Meals**** Military Clothing Controlled Access Card (CAC) Military Banking Transportation Installation Access Badge Laundry All Military Exchange None

Local National (LN) Employees

N/A DFACs**** Mil Issue Equip Authorized Weapon****** Excess Baggage MILAIR (intra theater) Billeting*** Fuel Authorized MWR CAAF* Govt Furnished Meals**** Military Clothing Controlled Access Card (CAC) Military Banking Transportation Installation Access Badge Laundry All Military Exchange None

* CAAF is defined as Contractors Authorized to Accompany Forces. ** Applies to US Embassy Life Support in Afghanistan only. See special note below regarding Embassy support. *** Afghanistan Life Support. Due to the drawdown of base life support facilities throughout the country, standards will be lowering to an “expeditionary” environment. Expeditionary standards will be base specific, and may include down grading from permanent housing (b-huts, hardened buildings) to temporary tents or other facilities.

Page 62: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 62 of 95

****Check the “DFAC” AND “Government Furnished Meals” boxes if the contractor will have access to the DFAC at no cost. “Government Furnished Meals” (GFM) is defined as meals at no cost to the contractor (e.g, MREs, or meals at the DFAC. If GFM is checked, “DFAC” must also be checked. Due to drawdown efforts, DFACS may not be operational. Hot meals may drop from three per day to one or none per day. MREs may be substituted for DFAC-provided meals; however, contractors will receive the same meal standards as provided to military and DoD civilian personnel. *****Military Banking indicates “approved use of military finance offices to either obtain an Eagle Cash Card or cash checks. ******Authorized Weapon indicates this is a private security contract requirement and contractor employees, upon approval, will be authorized to carry a weapon. If the service is NOT a private security contract, the checking of this box does NOT authorize weapons for self-defense without the approval of the USFOR-A Commander in accordance with USFOR-A policy. After award, the contractor may request arming for self-defense off a U.S. installation to the Contracting Officer’s Representative and in CAAMS. SPECIAL NOTE – US Embassy Afghanistan Life Support: The type and amount of support that the U.S. Embassy Mission in Kabul, Afghanistan, provides to contractors, if any, must be coordinated in advance between the U.S. Mission and the contracting agency in accordance with Department of State Foreign Affairs Handbook, 2-FAH-2. Contractors are not authorized to deploy personnel requiring US Mission support prior to receiving clearance from the Contracting Officer. SPECIAL NOTE ON MILAIR – MILAIR is allowed for the transportation of DoD contractor personnel (US, TCN, LN) as required by their contract and as approved in writing by the Contracting Officer or Contracting Officer Representative. Transportation is also allowed for contractor equipment required to perform the contract when that equipment travels with the contractor employee (e.g., special radio test equipment, when the contractor is responsible for radio testing or repair)

(End of Clause)

5152.225-5914 Commodity Shipping Instructions (AUG 2011) (a) USFOR-A FRAGO 10-200. United States Forces Afghanistan (USFOR-A) has directed that all shipments into and out of the Combined Joint Operations Area - Afghanistan (CJOA-A) be coordinated through the Defense Transportation System (DTS) in order to expedite the customs clearance process and facilitate the use of in-transit visibility for all cargo in the CJOA-A (b) Information regarding the Defense Transportation System (DTS). For instructions on shipping commodity items via commercial means using DTS, see the following websites: 1. Defense Transportation Regulation – Part II Cargo Movement - Shipper, Trans-shipper, and Receiver Requirements and Procedures: http://www.transcom.mil/dtr/part-ii/dtr_part_ii_203.pdf 2. Defense Transportation Regulation – Part II 4 Cargo Movement – Cargo Routing and Movement: http://www.transcom.mil/dtr/part-ii/dtr_part_ii_202.pdf 3. Defense Transportation Regulation – Part V - Department of Defense Customs and Border Clearance Policies and Procedures: http://www.transcom.mil/dtr/part-v/dtr_part_v_512.pdf (c) Responsibilities of the vendor carrier representative, shipping expediter, and/or customs broker: 1. Afghanistan Import Customs Clearance Request Procedures: The carrier, shipping expediter, and/or customs broker is responsible for being knowledgeable about the Afghan Customs Clearance Procedures.

Page 63: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 63 of 95

2. Status of Customs Clearance Requests: All inquiries regarding the status of a customs clearance request prior to its submission to Department of Defense (DoD) Customs and after its return to the carrier representative or shipping expediter should be directed to the carrier or shipping agent. 3. Customs Required Documents: The carrier representative or shipping expediter is required to provide the DoD Contracting Officer Representative (COR) with all documentation that will satisfy the requirements of the Government of the Islamic Republic of Afghanistan (GIRoA). (d) Required Customs Documents: Documents must be originals (or copies with a company stamp). Electronic copies or photocopied documents will not be accepted by GIRoA. The carrier is responsible for checking the current requirements for documentation with the Afghanistan Customs Department (ACD) as specified by the U.S. Embassy Afghanistan’s SOP for Customs Clearance Requests Operations (http://trade.gov/static/AFGCustomsSOP.pdf) and paragraph 4 below. 1. The U.S Ambassador Afghanistan diplomatic note guarantees that the U.S. Government (USG) shipments are exempt from Afghanistan Customs duties and taxes. USG shipments do not provide commercial carriers with the authority to unnecessarily delay shipments or holdover shipments in commercial storage lots and warehouses while en route to its final destination. The U.S. Embassy expects that shipments will be expedited as soon as customs clearance paperwork is received from the respective GIRoA officials. 2. Imports: Documentation must list the year, make, model, and color of the commodity, the commodity Identification Number (if applicable) and for vehicles, the Engine Block Number. The following documentation is required for all import shipments: An original Customs Clearance Request (CCR) prepared by the COR in accordance with Afghanistan customs guidance referenced in paragraph 4 below. Bills of Lading (for shipments by sea), Airway Bills (for shipments by air) or Commodity Movement Request (CMRs) (for overland shipments). In the consignee block, type in “US Military”. This will help the Afghan Customs officials to recognize that the shipment belongs to the US Military and, therefore, the shipment is subject to tax exemption provisions as specified under the current Diplomatic Note or Military Technical Agreement (MTA). Shipping Invoices. Packing Lists. Required only if the shipping invoice does not list the cargo. An Afghan Government Tax Exemption Form (Muaffi Nama) purchased from the Department of Customs and Revenue and prepared in the local language by the carrier representative, shipping agent, or customs broker. A Diplomatic Note, prepared by DoD Customs, to the Ministry of Foreign Affairs requesting the initiation of customs formalities with the Ministry of Finance, Department of Customs and Exemptions. Please note that DoD Customs is not responsible for registering vehicles. Commercially-owned equipment such as vehicles, construction machinery or generators that are leased and imported to Afghanistan for the performance of a USG contract may be subject to taxes and duties as determined by GIRoA. If commercially-owned equipment is imported into Afghanistan in a duty-free status, that duty-free status only applies as long as the equipment is under the exclusive use of the USG contract. If the equipment is released at the end of the contract, applicable GIRoA duties and taxes will apply to the owner if the equipment is not exported from Afghanistan or transferred to another USG contract. USG-owned vehicles must be exported at the conclusion of the project period or transferred to another USG entity. Under certain conditions, the USG may transfer equipment or vehicles to GIRoA. 3. Exports: The following documentation is required for all export shipments: An original CCR prepared by the COR. If COR is not available, the Contracting Officer (KO) will prepare the CCR. Invoices. Packing Lists. Required only if the shipping invoice does not list the cargo. A Diplomatic Note, prepared by the DoD Customs Cell, to the Ministry of Foreign Affairs requesting the initiation of customs formalities with the Ministry of Finance, Department of Customs and Exemptions.

Page 64: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 64 of 95

4. Customs requirements from the GIRoA may change with little notice. For current detailed instructions on customs guidelines in Afghanistan, refer to “The Instruction for Customs Clearance Request (Import/Export) Operations.” In all cases, the carrier is required to obtain a copy of this document, found at the following link: http://trade.gov/static/AFGCustomsSOP.pdf (e) Point of contact (POC) for customs issues is the USFOR-A Joint Security Office (JSO) J3 at DSN: 318-449-0306 or 449-0302. Commercial to DSN conversion from the United States is (732) 327-5130, choose option #1, and then dial 88-318 followed by your seven-digit DSN number. 5152.225-5915 CONTRACTOR ACCOUNTABILITY AND PERSONNEL RECOVERY (JUN 2014) (a) Contract performance may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the contractor accepts the risks associated with required contract performance in such operations. (1) Unaccounted Personnel: It is the expectation of the USG that any contractor brought into Afghanistan for the sole purposes of performance of work on a USG contract must be accounted for at all times by their respective employers. Additionally, contractors who maintain living quarters on a USG base shall verify the location of each of its employees’ living quarters a minimum of once a month. If a DoD contracted employee becomes missing and evidence does not indicate foul play, a Personnel Recovery (PR) event is NOT automatically triggered. Such an event will be treated as an accountability battle drill by the employer’s chain of command or civilian equivalent. (2) Contractor Responsibilities: The contractor is responsible to take all necessary steps to locate and investigate the unaccounted for employee(s) whereabouts to the maximum extent practicable. To assist in this process, contractors may use the Operational Contracting Support Drawdown Cell as a resource to track or research employee’s last known location and/or to view LOA’s. All missing personnel will be immediately reported to the installation division Personnel Recovery Officer (PRO), Mayor’s cell, Military Police Station and/or the Criminal Investigative Division, and the Base Defense Operations Center (BDOC). (3) Contractor Provided Information: If it is determined that a potential criminal act has occurred, the USD PRO (or USFOR-A Personnel Recovery Division (PRD) with prior coordination) will attempt to validate the missing person’s identity through the employer. The contractor shall provide the information to PRD within 12 hours of request. The required information the contractor should keep on file includes but is not limited to: copy of the individuals Letter of Authorization generated by the Synchronized Pre-deployment and Operational Tracker System (SPOT), copy of passport and visas, housing information of where the individual resides such as room number and location, DD Form 93, Record of Emergency Data, copy of badging, and contact information for known friends or associates. (b) If USFOR-A PRD determines through investigation that the unaccounted personnel have voluntarily left the installation either seeking employment with another contractor or other non-mission related reasons, PRD will notify the contractor. The contractor shall ensure that all government-related documents such as LOA’s, visas, etc. are terminated/reconciled appropriately within 24 hours of notification by PRD in accordance with subparagraph (a)(8) of DFARS clause 252.225-7997 entitled “Contractor Demobilization”. Contractors who fail to account for their personnel or whose employees create PR events will be held in breach of their contract and face all remedies available to the Contracting Officer. (c) Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious injuries or deaths occur. Report the following information: Contract Number Contract Description & Location Company Name Reporting party: Name

Page 65: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 65 of 95

Phone number e-mail address Victim: Name Gender (Male/Female) Age Nationality Country of permanent residence Incident: Description Location Date and time Other Pertinent Information 5152.232-5900 PAYMENT IN LOCAL CURRENCY (DEC 2011) (a) Pursuant to the authority of USCENTCOM FRAGO’s 09-1567 and 10-143 this contract is awarded in Afghani (local currency), if awarded to a host nation vendor. The contractor will receive payment in local currency via Electronic Funds Transfer to a local (Afghan) banking institution. (b) By exception, the following forms of payment are acceptable when EFT using ITS.gov is determined not available by the local finance office, in order of priority. (1) EFT using Limited Depository Account (LDA) (2) Check from the local finance office LDA (3) Local currency cash payments (must be approved in writing by the local finance office and contracting office prior to contract/purchase order award). Payments in cash are restricted to contracts/purchase orders 5152.233-5900 AGENCY PROTEST PROGRAM (AUG 2011) (a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of an Agency Protest decision is available through appeal to the Principal Assistant Responsible for Contracting (PARC)/Senior Contracting Official (SCO) in accordance with FAR 33.103. A protest to CJTSCC is a “PROTEST TO THE AGENCY,” within the meaning of FAR 33.103. The CJTSCC Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within CJTSCC, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the Agency Protest, the Agency Protest will be dismissed. (b) An interested party may file a written protest to the Contracting Officer under the CJTSCC Agency Protest program for contract solicitations issued by CJTSCC. Such Agency Protests are limited to objections to any of the following: (1) A solicitation or other request by an agency for offers for a contract for the procurement of property or services. (2) The cancellation of the solicitation or other request. (3) An award or proposed award of the contract.

Page 66: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 66 of 95

(4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the termination or cancellation is based in whole or in part on improprieties concerning the award of the contract. (c) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (f) of this provision for resolution of protests. (d) For the purpose of filing a CJTSCC Agency Protest, an interested party means an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (e) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-mail address; the solicitation or contract number, identity of the contracting activity and the Contracting Officer's name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and must state it is an Agency Protest for decision by the Contracting Officer. (f) CJTSCC Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from MR. JASON MALAK CONTRACTING OFFICER REGIONAL CONTRACTING CENTER-QATAR [email protected] 5152.247-5900 INBOUND/OUTBOUND CARGO AND CONTRACTOR EQUIPMENT CENSUS (APR 2012) a. Movement and coordination of inbound and outbound cargo in Afghanistan is critical to ensuring an effective drawdown. The contractor shall provide visibility of their inbound cargo and equipment via the Synchronized Pre-deployment Operational Tracker (SPOT) census for their contract. This requirement includes the prime’s, and subcontractor’s at all tiers, cargo and equipment. The contractor shall report any individual piece of equipment valued at $50,000 or more. Incoming cargo and equipment census data shall be input 30 days prior to start of performance or delivery of supplies and quarterly thereafter for inbound and outbound equipment. b. This reporting is required on Rolling Stock (RS), Non Rolling Stock (RNRS), and Twenty foot Equivalent Units (TEU). The following definitions apply to these equipment/cargo categories: Rolling Stock (RS): All equipment with wheels or tracks that is self-propelled, or is un-powered and can be towed by a vehicle on a roadway. Also includes standard trailer mounted equipment such as generators, water purification equipment, and other support equipment with permanent wheels. Specific examples of RS include Wheeled Armored Vehicles (WAVS), Mine-Resistant Ambush-Protected (MRAP) family of vehicles (FOVS), and Highly Mobile Multipurpose Wheeled Vehicles (HMMWVS). Non Rolling Stock (RNRS): All equipment that is not classified as Rolling Stock. Includes equipment that is not trailer-mounted or originally designed to be driven or towed over a roadway. Twenty foot Equivalent Units (TEU): Standard unit for describing a ship’s cargo capacity, or a shipping terminal’s cargo handling capacity. One TEU represents the cargo capacity of a standard intermodal shipping container, 20 feet long, 8 feet wide, and 8.5 feet high. One TEU is equivalent to 4 QUADCONS and 3 TRICONS. One TEU has an internal volume of 1,166 cubic feet. c. This data will be used by United States Forces-Afghanistan (USFOR-A) to assist in tracking the drawdown of Afghanistan. The contractor is responsible for movement of their own cargo and equipment. The data provided by contractors is for informational purposes only in order to plan and coordinate the drawdown effort. The

Page 67: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 67 of 95

Government assumes no responsibility for contractor demobilization except as stated in individual contract terms and conditions. Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Exhibit A Images of Sample Well

Drilling Rigs 1 13-MAY-2015

Attachment 1 CLIN 0001 Pricing Sheet 1 13-MAY-2015 Attachment 2 Answers to Questions

from Industry 1 09-JUN-2015

PERFORMANCEWORK STATEMENT

PERFORMANCE WORK STATEMENT (PWS)

Afghanistan National Army (ANA), Specialty Engineer Kandak (SEK), Water Well Drilling Equipment, Maintenance and Training Course, Afghanistan

1. G E NE R A L: This is a non- personal contract to procure two water well drilling rigs capable of drilling at 1500ft, additional spare parts and support equipment, maintenance and services for the new equipment. The contractor will also provide instruction staff, one additional rental well drilling rig capable of drilling wells at 1500ft for training, consumable items and support equipment for the rental rig at Camp Ghazi in Kabul, Afghanistan. The Government shall not exercise any supervision or control over the contract service provider 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 D escr ip t i o n o f S e rvi c e s/ I n t r od u c ti o n: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Water Well Operations training 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. The contractor shall provide all of the non-training equipment, supplies, transportation, tools, materials, and other items listed in this PWS within 60-days of contact award to Camp Ghazi Kabul, Afghanistan. 1.2 Background: The Water Coy within the Specialty Engineer Kandak (SEK) has currently received one partnered well drilling operation through train, assist and advise from the Naval Mobile Construction Battalion (NMCB-25). This purchase will provide internal capabilities for the SEK to perform tasks of drilling water wells when required by disasters, expeditionary Forward Operation Bases (FOB) relocations and refugee and or relocation of citizens during a natural disaster. The new purchase will provide ANA SEK soldiers/students with the tools and associated repair parts the SEK need to conduct independent water well operations throughout Afghanistan. In addition to the above equipment this contract will provide instruction on water well drilling equipment, leasing equipment and consumable items used in conducting water well operations for the training courses. The new equipment and training will provide ANA SEK soldiers/students with the tools and skills they need to conduct independent water well operations throughout Afghanistan. 1.3 Objective: The objective of the contract is to purchase equipment for the SEK to conduct water well operations. The contractor shall deliver the water well drilling rigs and all associated maintenance equipment and spare parts to Camp Ghazi, Kabul, Afghanistan. Vehicles will be new and operationally fully mission capable (FMC) at the time of delivery. The second objective of the contract is to provide training, equipment and support equipment for training (this equipment is separate from the new equipment to be provided above), to the SEK to conduct water well operations. The contractor shall implement this program at Camp Ghazi, Kabul, Afghanistan and other ANA bases used to conduct water well operations. Instructors must be prepared to relocate to any base within the Kabul Cluster.

Page 68: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 68 of 95

They shall provide various types of statistics related to the program that will allow the government and the ANA to evaluate the effectiveness of the program. 1.4 Scope. 1.4.1. The contractor shall provide (2) mobile water-well drilling rigs capable of drilling at 1500ft, associated spare parts and equipment, technical manuals in Dari and English (SEE Table 1-1) (See Technical Exhibit A for sample pictures). All equipment identified in tables 1-1 and 1-2 must be new and no used equipment will be accepted t h e following list of equipment will be included with the purchase of the equipment (SEE Table 1-2). The contractor shall provide (1) One Master Instructor and (3) experienced instructors who have demonstrated ability to develop or adapt programs of instruction, lesson plans, training support packages, and then be able to conduct training in the specified topics. The contractor will also provide equipment to be used in training in addition to the equipment in tables 1-1 and 1-2. TABLE 1-1

Item Description Quality Unit

1 Brand new Well Drilling Machine 2 Each

2 Brand new Truck Chassis 2 Each

3 Brand new air compressor (350 PSI x 1200 CFM)

1 Each

Table 1-2

Item Description Quantity Unit

1 Operating pipe 3.5” X 9.5” inches 128 Each

2 15.25” Diamond Drilling Bit 4 Each

3 15.25” Mud Drilling Bit 4 Each

4 12.25” Diamond Drilling Bit (60-70 Kg weight)

4 Each

5 12.25” Mud Drilling Bit 4 Each

6 10.25” Diamond Drilling Bit 4 Each

7 10.25” Mud Drilling Bit 4 Each

8 8.75” Diamond Drilling Bit (28-40 Kg weight)

4 Each

9 8.75” Mud Drilling Bit 4 Each

10 Centrifugal pump (Spare Part) 4 Each

11 1.5 Hp Submersible pump for well testing with the parts

4 Each

12 Steel Water Tanker 10000 liter 4 Each

13 Bentonite 4 Each

14 Bit reduce for the size of 15.25” inches 4 Each

15 Bit reduce for the size of 10.25” - 12.25” inches

4 Each

16 Bit reduce for the size of 8.75” inches 4 Each

Page 69: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 69 of 95

1.4.2 The Contractor will conduct monthly maintenance and services on the equipment in Table 1-1. The maintenance and services will be accomplished in accordance with the manufactures recommended maintenance service schedule (including but not limited to Consumable materials, Air filter cleaning every week, Oil Filter, Machine/Truck oil each every month if required). This requirement will be for one (1) twelve month period and one (1) additional twelve month option period. 1.4.3. The master Instructor is a supervisory position and shall be responsible for training, mentoring and assisting water well supervisors and team members. The master Instructor shall document subordinates’ performance and shall provide weekly reports to the COR. The (3) subordinate instructors must have the ability to build and execute a training program for ANA staff instructors and create a program by which the best and brightest students of the course are trained to be well supervisors and tower leaders. The government in conjunction with the ANA shall approve all Programs of Instruction prior to commencement of instructional training. Training and student material shall be in Dari and Pashtu. 1.4.4. The contractor shall provide nine (9) fully executable Programs of Instructions (POI) for each of the required classes. Drafts of each of the POI’s shall be submitted to the COR/ANA within 21 days of award of the contract. The final POI coursework for each of the classes shall be delivered and accepted within 30 days of contract award. Coursework that is not accepted by the COR will not be used for classroom instruction. Training equipment will also be provided in addition to the equipment from Paragraph 1.4.1 1.4.5. The curriculum and program of instruction will adhere to any applicable Ministry of Education policies regarding content, structure and instructional methods. All students will be tested at regular intervals throughout each course for retention and understanding of the material and will not receive completion certificates without meeting all performance objectives for each of the nine courses. 1.4.6. The well drilling education program consists of two levels of training Basic (safety, identify water sources, duties of a drilling crew, and trade skills (equipment operator, welder, electrician, plumber)) and Advanced (drilling supervisor responsibilities, rotary drilling, logging, well drilling equipment operations, and well development and completion). Any new topics of instruction will be added to the basic and advanced courses that may be required to supplement the curriculum of the newly developed well courses offered by the course instructor company. The required number of hours for each topic within each course is listed in 5.1.8. 1.4.7. The contractor shall be required to use the applicable MOE policies and regulations that pertain to higher education. 1.4.8. Programs of Instructions, classroom instructions and practical exercises are required for the following classes: 1. H eal t h, Saf et y a nd E nviro n me nt - Students will learn how to recognize Safety and Health Requirements ISO Transportable Well Drilling capability. Each individual shall report for work rested and emotionally prepared for the tasks at hand. Student shall use normal prudence in all your functions, commensurate with the work at hand. Students will report any unsafe conditions, or any equipment or material which is considered to be unsafe, and any unusual or developing hazards. Students will warn others whom they believe to be endangered by known hazards or by failure to observe safety precautions, and of any unusual or developing hazards. Instructors shall ensure students understand and wear or use the protective clothing and/or equipment of the type required, approved, and supplied for the safe performance of your work. 2. Groundwater Geology and Formation Evaluation - This course will provide students with an awareness of the conditions under which groundwater occurs and evaluating geologic conditions to find solutions to drilling problems that would otherwise take much time and experience to attain through a trial-and-error method. Course will describe groundwater fundamentals to include Hydrological Cycle and classifications of subsurface water. Instruction will describe geological settings as it pertains to soils and rocks ability to hold and transmit water. Instructors will explain aquifers to include unconfined, confined, perched, catchment and material. Instruction will also cover

Page 70: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 70 of 95

groundwater exploration in locating unconfined aquifers within alluvial sediments and explain water quality to include contamination, salt water intrusion and groundwater contamination. 3. Operational Overview of Well Drilling Rig and Platform familiarization of support systems - This course of instruction will cover the operations of the well drilling equipment as a member of a well drilling crew. Training will cover the general safety requirements for operation of the drilling rig and the operating procedures of the rig to include first echelon maintenance, power plant, derrick / mast, top head, gauges and controls. Static exercises will be conducted to show familiarization of rig with regards to capabilities and setup of the drilling rig as a member of a well drilling crew. 4. Collateral Equipage - This topic will teach trainees about the well drilling collateral equipage that is supplied in the Tashkil. Instruction will identify well drilling collateral equipage and how to utilize well drilling collateral equipage as members of a well drilling tour crew while performing mud rotary and down hole drilling operations Collateral equipage to review: Drill steel, Collars, Stabilizers, Substitute joints, Drill bits (roller cone bits, drag bits, wing bits, claw bit), fishing tools, surface casing, and other accessories. 5. Well Drilling Methods/Technology (Mud Rotary Drilling) - This topic will introduce students to the drilling fluid additives required to make a suitable mud mix and mud control test that must be performed during Mud Drilling. Cover job titles, and assignments along with how to perform assigned duties. Cover the difference in mud pit design and how to construct the one that best suits the drilling needs and the drilling procedures utilizing mud State general safety requirements for mud rotary drilling operations; Explain mud rotary drilling operations; and Perform mud rotary drilling operations, as a member of a well drilling crew. Conduct an overview of Air Rotary drilling and Percussion Rotary Drilling. 6. Well Construction, Completion and Abandonment - Review the steps in borehole drilling operations and the inclusion of setting the casing and gravel pack placement around the screens prior to the bore hole swelling or caving in. Continue with the use of water and air development of the well, disinfecting and sealing using grout and sanitary seals. State the general safety requirements to be taken during well installation, completion and abandonment. Explain well installation to include casing and screen installation, gravel packs and casing seals for drilling operations. Explain well development to include compress-air methods and procedures for drilling operations. Explain well protection and treatment to include sanitary seals and disinfection of wells. Explain well abandonment procedures. Perform well installation as a member of a well drilling team and resolve well installation problems as encountered during drilling operations. Perform well development using air development method as a member of a well drilling team. Perform well protection and treatment as a member of a well drilling team. 7. Pump Introduction (Pump Cable Splicing and Submersible Pump) - After drilling and casing the well, instruction will be provided to learn how to install submersible pumps and perform pumping test procedures State the general safety requirements for pump introduction procedures for well drilling operations. Review the Procedures and splice kit instructions and operating instructions for submersible pumps. Explain pump introduction to include characteristics, electrical installation, cable splicing, pump installation, pump testing and well performance testing procedures. Describe procedures for preparing a well completion report. 8. Water Well Drilling Exercises - Instruction will utilize all static and classroom training to conduct practical exercises for drilling at least three deep (1000 ft) water wells following all the job steps and documenting on an evaluation sheet. Wells should be fully functional and evaluated independent drilling operations by the NEB SEK drilling team. 9. Train Well Drilling Supervisor/Tower Leader - Successful well drilling operations are a direct result of the efficiency of the supervisor and crew. The drilling rig and its controls are not complicated and can be mastered in a short time; however, knowledge of the mechanical operations is only the start; experience is the vital element. Drilling water wells requires a good deal of common sense and improvisation. The well drilling supervisor must have a general knowledge of the physical structure of the earth's crust and the groundwater resources within. Problems often arise in well drilling, and the well drilling supervisor must be able to visualize what is occurring at

Page 71: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 71 of 95

the bottom of the hole. The instruction will focus on the student being able to determine the geographical area most suitable for developing a water supply. Member will learn to set up and operate well drilling machine (rotary, rotary/pneumatic and/or percussion rig) to drill water wells. Student will be able to direct the hoisting of tubular casing and drill steel and making necessary connections. Student is able to personally do or direct the manipulation of levers to control drill and drive casing. Student is able to direct the operation of a drilling rig using drilling fluids as required. Student is able to supervise the removal of samples of sub terrain and analyze samples to determine drilling layers and formations; develop the water supply, test water for purity and the well for yield and draw down. This training will be valid for a specific period of three years unless there are no drilling operations, and then a refresher is required sooner. 1.4.9 The Training will be executed over one (1) period of six months with one (1) option period of six months. 1.5 Period of Performance: Equipment Maintenance: Base Period: 12 months Option Period: 12months Training: 1st Period: 6 months Option period: 6 months 1.6 General Information 1.6.1 Quality Control – The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The quality control program shall be delivered to the COR within 30 days after contract award. 1.6.2 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government 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). 1.6.3 Recognized Holidays: New Year’s (1 day) Prophet’s Birthday – (1 day) The Victory Day of Islamic Revolution – (1 day) Independence Day from USSR (1 day) Independence Day from Britain (1 day) Mason's Day – (1 day) Parliamentary Elections – (1 day) 1st Day of Ramadan (1 day) Eid Days (3 days) Big Eid (3 days) Ashura Day – (1 day) Ramadan – Working hours during Ramadan will be from 0800-1200. 1.6.4 Hours of Operation: The contractor is responsible for conducting business Saturday through Thursday with times To Be Determined by the Master Instructor except for holidays or when the facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all

Page 72: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 72 of 95

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. 1.6.5 Place of Performance: Location of instruction is Camp Ghazi, National Engineer Brigade (NEB) HQ, Kabul, Afghanistan. Contractor will be prepared to conduct instruction at any future location of the well drilling location or interim location. 1.6.6 Type of Contract: The government will award a Firm Fixed Price contract. 1.6.7. Physical Security: The contractor shall be responsible for safeguarding all government equipment, leased equipment, consumable material, information and property. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.8 Special Qualifications: 1.6.8.1 The contractor shall provide instructors with the following special qualifications for each class as listed below in Table 1-3: Table 1-3

Subject

Degree Type/Occupation

Level of Education

Health, Safety and Environment Topographer Site Engineer

Bachelors / certificates

Groundwater Geology and Formation Evaluation Geophysical Engineer Topographer

Hydrogeology degree / Hydrology Certifications

Operational Overview of Well Drilling Rig and Platform familiarization of support systems

Drilling Technician Site Engineer

Engineering degree /and or/ Rig Drilling Certification / Minimum of 5 years of experience

Collateral Equipage Drilling Technician Skilled Labor & Plumber

Certifications and/or 5 years’ experience

Well Drilling Methods/Technology (MUD Rotary Drilling)

Drilling Technician Drilling Certifications / Experience (min 5 yrs) / AAS or BS

Well Construction, Completion and Abandonment Drilling Technician Site Engineer

Drilling Certifications / Experience (min 5 yrs) / AAS or BS

Pump Introduction (Pump Cable Splicing and Submersible Pump)

Skilled Labor & Plumber Technical Certifications / Experience (min 5 yrs)

Water Well Drilling Exercises

Drilling Technician Site Engineer Geophysical Engineer Skilled Labor & Pl b

Engineering degree / Rig Drilling Certification / Minimum of 5 years of experience

Train Well Drilling Supervisor/Tower Leader

Site Engineer

Engineering degree Rig Drilling Certification Minimum of 5 years of experience

Page 73: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 73 of 95

1.6.8.2. Master instructors: This position requires the ability to serve as a key resource to ANA Water Well Supervisors and soldiers. Master Instructors shall apply knowledge of current education and instructional theories, methodologies, technique, and have knowledge of the subject matter, and knowledge of required regulations. The Master Instructor must have instructional and supervisory experience. Instructors shall be responsible for monitoring and mentoring the instructors assigned to units in their responsibility, filling in for instructors who are absent, preparing schedules for each of the instructors, preparing and submitting training and attendance reports and supervising the promotion of students based upon demonstrated abilities. Master Instructors work a minimum of forty (40) hours per week. 1.6.8.3. M a s t e r Instructors shall have a well drilling education/certification by Afghan MOE standards and/or at least five years of teaching experience at a MOE recognized educational institution. 1.6.8.4. Master Instructors are responsible for all tasks and goals of the program. The program will have three (3) lines of effort (LOE); course development, student instruction, and instructor training. The Master Instructor shall use all instructors to build the deliverables of this contract. 1.6.8.5. Course Instructors: All instructors shall have at least a certification and/or degree according to Afghan MOE standards in the listed discipline or closely related discipline and shall have at least five (5) years of teaching experience at a MOE recognized educational institution (Practical experience may be substituted for teaching experience). Instructors will build curriculum, create POI and lesson plans for the nine (9) designated courses described herein and teach assigned course in the classroom. 1.6.9 Hiring Procedures 1.6.9.1 The contractor is to develop a standard hiring process to ensure quality instructors. 1.6.9.2 Instructors shall, to the maximum extent possible, have the ability to teach in Dari and Pashtu. If single language capability instructors can only be hired, they shall be hired proportionally to the population of the specific location. 1.6.9.3. The Contractor shall issue a company ID card. All employees shall receive a site specific Identification Card. 1.6.9.4. All employees shall go through a face-to-face interview process along with a MOI background check. 1.6.9.5. Employees shall be vetted by CSTC-A/ENG, and will undergo a MOI and/or MOD security background checks. CSTC-A/ENG will have the authority to dismiss any applicant for any reason. 1.6.9.6. No life support shall be provided by U.S. Government or any reimbursement for charges or obligations by the contractor for medical, dental, food, housing, allowances and transportation. 1.6.10 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 Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At these meetings the contracting officer 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.

Page 74: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 74 of 95

1.6.11 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor’s performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. The Master Instructor/Lead Instructor shall not be removed or substituted without the prior approval of the COR. 1.6.12 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.13 Professional Conduct. The Contracting Officer may require the Contractor to remove from this contract any employee guilty of misconduct security breaches, or if the employee is found to be under the influence of alcohol, drugs or other incapacitating agent. The Contractor shall remove any employees from performing under this contract upon notification by the Contracting Officer. 1.6.13.1 In addition to the performance of the duties and responsibilities previously listed, the contractor shall ensure that employees perform their job honestly and in a competent and lawful manner in accordance with PWS. 1.6.13.2 T h e contractor shall ensure the safe operations of all training and immediately report to the COR and ANA of incidents involving unsafe operations. 1.6.14 Compliance with Laws and Regulations: The Contractor shall comply with, and shall ensure that its personnel and its subcontractors and subcontractor personnel at all tiers obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi- National Corps fragmentary orders, instructions and directives. 1.6.14.1 In addition, the contractor must be eligible for base access and must maintain eligibility for the life of the contract. 1.6.15 C o n t r a c t o r Manpower Reporting: 1.6.15.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil ****this Contract line Item Is for Informational Purpose Only, and is not a separately priced Solicitation line item.**** PART 2 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS:

Page 75: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 75 of 95

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. 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. Saturday through Thursday. 2.2. ACRONYMS: ACOR Alternate Contracting Officer’s Representative AFARS Army Federal Acquisition Regulation Supplement ANA Afghanistan National Army AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer’s Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report)

Page 76: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 76 of 95

DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer LOE Level of Effort MOE Ministry of Education OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact POI Program of Instruction PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 3. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 Facilities (If applicable): The US Government and ANA will provide the necessary workspace and classrooms for the contractor staff to provide the support outlined in the PWS. 3.2 No life support shall be provided by the U.S. Government or any reimbursement for charges or obligations by the contractor for medical, dental, food, housing, allowances and transportation. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.1.1 The water drilling rig that shall be provided for training shall be 100% operational during the six month period of performance. If a rig becomes inoperable, the contractor shall provide a substitute piece of equipment within 5 days that meets the requirement of the PWS. Failure to meet this requirement shall be considered a breach of contract and may result in termination or other action to be taken by the Government. 4.1.2 Training Machinery & Equipment List: Table 4-1 lists the minimum required equipment to be used by the contractor to conduct training. Use of the training equipment will be under the supervision of the contractor’s trainers and the Government will not assume any liability for any lost, stolen, broken or damaged equipment. The equipment will be of a same or similar model to the equipment provide in CLIN 0001 of this contract as specified in Table 1-1 and table 1-3 of this PWS.

Page 77: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 77 of 95

Table 4-1 Description Brand Model Number

Drill Rig 1

(Capable to drill 1500 ft / 1000m ) (see details below) Drilling Pipe (20 ft / 6.0m) 80 Compressor (20 Bar) 1 Mud Bits / Carbine Bits 4 / 4 Diesel Trash Pump 3-inch 2 Generator (220KW, 120KVA, 66KVA) 1 Water Tanker (15m3, 5m3) 1 Crane (10Ton, 25Tone) 1 Welding Machine 2 Well TV Camera (450m) 2 Office / LSA Trailer (20ft) 1 Water level Indicator 2

Table 4-1 WELL DRILLING MACHINERIES SPECIFICATIONS FOR TRAINING EQUIPMENT

No Description Quality Unit 1 Operating Tower 14 meter 4” + 3” Meters 2 Rotary 24” inches 1 piece

3 Crane Gearbox 12 Cluchs 1 piece 4 Duzgunler Mark 1 piece

5 Mud Pump Capacity of 1000m pumping 1 piece

6 Drill Operating Engine MAN (361-hp) Turbo 1 piece

7 Circulation Head Maximum size 1 piece 8 Chain-box (Operating all the parts

of 4 x 4 = 6 large type 1 piece

9 Operating system had pipe 11 meters 1 piece

10 For rotary-crane-chainbox- circulation pump welding motor and air compressor

3 pieces

11 Tower leg On machine 2 legs

12 Clamp Drilling pipe-clamp 1 piece 13 Steel cables 20mm – 22mm Meters

14 Slippers for operating pips Hard-strong 2 pieces 15 Operating belts for operating

circulation pump and air compressorTight-Strong 6 pieces

16 Grease pump == 1 piece

17 Drilling engine body For mounting parts 1 piece

Page 78: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 78 of 95

18 Welding motor Welding motor 1 piece

19 Air-Compressor High pressure 24 bars 1 piece 20 Wrench Disclosing pipes 3 pieces

21 Wrench set All sized 1 set box

22 Water pump == 1 piece 23 Operating pipes Made in USA 1250 meters 24 Drilling bit Carbide and clay bits Sets 25 Truck MAN 1 unit

4.1.3 Develop training program and instruction for the following areas: • Well Drilling Methodology • Site Geophysical Study • Well Construction Processes • Geophysical Study • Well Drilling • Well Casing • Cementing • Well Screens • Gravel Pack Materiel • Well Development • Pump Testing • Preparation of Reports and Logs PART 5 SPECIFIC TASKS Course Overview Course Mission Statement – The purpose of this course is to provide National Engineer Brigade (NEB) Specialty Engineer Kandak (SEK) water well drilling personnel, supervisory and crew member training for a Water Well Drilling Team in peacetime and contingency operations (e.g. national emergencies and FOB well development). The Water Well Drilling course is designed to provide trainees the team skills and knowledge necessary in locating and evaluating water sources, operating and maintaining well drilling equipment, operating and maintaining support equipment, performing well drilling methods, well construction, completion and abandonment and embarkation procedures for water well drilling equipment and materials. 5.1. Course Development for (9) classes 5.1.1 The contractor shall develop a comprehensive curriculum to include Program of Instruction (POI) for classes as outlined below: 5.1.2. Scripted step-by-step lesson plans for each lesson in Dari, Pashtu and English. 5.1.3. Training support packages which provide the minimum requirements for each lesson, e.g. 5.1.4. Training aids (i.e. rig equipment, dry erase boards, markers, erasers, and instructional charts). 5.1.5. Student handouts which augment the lessons. 5.1.6. Development of test to assess and evaluate each student’s progression through the course of instruction that meets the terminal objectives listed below. Terminal Objectives:

Page 79: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 79 of 95

(1) DESCRIBE the procedures for locating and evaluating water sources using geological principles per Afghanistan Procedures for Well Drilling Operations (2) OPERATE well drilling equipment as a member of a water well drilling crew using a rotary drilling rig. (3) MAINTAIN well drilling equipment to the prescribed level for the water well drilling rig as a member of a well drilling team reference the Operator’s Maintenance & Repair manual (4) OPERATE support equipment as a member of a well drilling team to include generators and compressors per Portable Compressor 900 CFM/300 PSI Air Compressor Operator’s Maintenance Manual and Generator set Organizational Maintenance Manual (5) MAINTAIN support equipment as a member of a well drilling team to include, generators and compressors per Portable Compressor 900 CFM/300 PSI Air Compressor Operator’s Maintenance Manual and Operator and Organizational Maintenance Manual for Diesel Engine Generator set (6) PERFORM well drilling methods as a member of a well drilling crew to include mud rotary, air rotary and percussion drilling per Afghanistan Drilling Procedures for Well Drilling Operations (7) PERFORM well construction and completion operations, as a member of a well drilling team to include well inspection, well development, well protection and treatment, pump installation, well abandonment and well completion reports (8) PERFORM embarkation of water well drilling equipment, equipage and materials as a member of a well drilling team under instructor supervision in a designated field environment 5.1.7. The course descriptions are outlined below in Table 5-1: Table 5-1 Course Topic Descriptions

Common general subjects

Hours per course

Standard

Health, Safety and Environment

8 hours Students will learn how to recognize Safety and Health Requirements ISO Transportable Well Drilling capability. Each individual shall report for work rested and emotionally prepared for the tasks at hand. Student shall use normal prudence in all your functions, commensurate with the work at hand. Students will report anyunsafe conditions, or any equipment or material which is considered to be unsafe, and any unusual or developing hazards. Students will warn others whom they believe to be endangered by known hazards or by failure to observe safety precautions, and of any unusual or developing hazards. Instructors shall ensure students understand and wear or use the protective clothing and/or equipment of the type required, approved, and supplied for the safe performance of your work.

Page 80: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 80 of 95

Groundwater Geology and Formation Evaluation

16 hours Course will describe groundwater fundamentals to include Hydrological Cycle and Classifications of subsurface water. Instruction will describe geological setting as it pertains to soils and rocks ability to hold and transmit water. Instructors will explain aquifers to include unconfined, confined, perched, catchment and material. Instruction will also cover groundwater exploration in locating unconfined aquifers within alluvial sediments and explain water quality to include contamination, salt water intrusion and groundwater contamination.

Operational Overview of Well Drilling Rig and Platform familiarization of support systems

48 hours This course of instruction will cover the operations of the well drilling equipment as a member of a well drilling crew. Training will cover the general safety requirements for operation of the drilling rig and the operating procedures of the rig to include first echelon maintenance, power plant, derrick / mast, top head, gauges and controls. Static exercises will be conducted to show familiarization of rig with regards to capabilities and setup of the drilling rig as a member of a well drilling crew.

Collateral Equipage

24 hours This topic will teach trainees about the well drilling collateral equipage that is supplied in the Tashkil. Instruction will identify well drilling collateral equipage and how to utilize well drilling collateral equipage as members of a well drilling tour crew while performing mud rotary and down hole drilling operations Collateral equipage to review: Drill steel, Collars, Stabilizers, Substitute joints, Drill bits (roller cone bits, drag bits, wing bits, claw bit), fishing tools, surface casing, and other accessories.

 

 Well Drilling Methods/Technology (MUD Rotary Drilling)

48 hours This topic will introduce students to the drilling fluid additives required to make a suitable mud mix and mud control test that must be performed during Mud Drilling. Cover job titles, and assignments along with how to perform assigned duties. Cover the difference in mud pit design and how to construct the one that best suits the drilling needs and the drilling procedures utilizing mud State general safety requirements for mud rotary drilling operations; Explain mud rotary drilling operations; and Perform mud rotary drilling operations, as a member of a well drilling crew. Conduct an overview of Air Rotary drilling and Percussion Rotary Drilling. Job Sheet “Make up and break down of drilling string (Rod)”.

 

      Well Construction, Completion and Abandonment

36 hours Review the steps in borehole drilling operations and the inclusion of setting the casing and gravel pack placement around the screens prior to the bore hole swelling or caving in. Continue with the use of water and air development of the well, disinfecting and sealing using grout and sanitary seals. State the general safety requirements to be taken during well installation, completion and abandonment. Explain well installation to include casing and screen installation, gravel packs and casing seals for drilling operations. Explain well development to include compress- air methods and procedures for drilling operations. Explain well protection and treatment to include sanitary seals and disinfection of wells. Explain well abandonment procedures. Perform well installation as a member of a well drilling team and resolve well installation problems as encountered during drilling operations. Perform well development using air development method as a member of a well drilling team. Perform well protection and treatment as a member of a well drilling team. Job Sheet “Well Construction, Completion and Abandonment”; “Well Construction and Completion”.

Page 81: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 81 of 95

  

 Pump Introduction (Pump Cable Splicing and Submersible Pump)

24 hours After drilling and casiinstall submersible puState the general safedrilling operations. Rinstructions for submcharacteristics, electrtesting and well perfoa well completion repSubmersible Pump”

ng the well, instruction will be provided to learn how to mps and perform pumping test procedures. y requirements for pump introduction procedures for well

eview the procedures and splice kit instructions and operating ersible pumps. Explain pump introduction to include cal installation, cable splicing, pump installation, pump rmance testing procedures. Describe procedures for preparing ort. Job Sheet “Pump Cable Splicing”; “Install

 

     Train Well Drilling Supervisor/Tower Leader

48 hours The instruction will focus on the student being able to determine the geographical area most suitable for developing a water supply. Member will learn to set up and operate well drilling machine (rotary, rotary/pneumatic and/or percussion rig) to drill water wells. Student will be able to direct the hoisting of tubular casing and drill steel and making necessary connections. Student is able to personally do or direct the manipulation of levers to control drill and drive casing. Student is able to direct the operation of a drilling rig using drilling fluids as required. Student is able to supervise the removal of samples of sub-terrain and analyze samples to determinedrilling layers and formations; develop the water supply, test water for purity and the well for yield and draw down. This training will be valid for a specific period ofthree years unless there are no drilling operations, and then a refresher is required sooner.

 

 Water Well Drilling Exercises

63 days Instruction will utilize all static and classroom training to conduct practical exercises for drilling at least three deep (1000 ft) water wells following all the job steps and documenting on an evaluation sheet. Wells should be fully functional and evaluated independent drilling operations by the NEB SEK drilling team.

5.2 Student Training and Instruction 5.2.1. The contractor shall develop the student training and instructions as outlined below in Table 5-2: Table 5-2 Course Classroom Requirements Course development Health, Safety and Environment One (1) classroom one (1) for

individual class size +/- 25 per class

Develop a basic and advanced course • Understand well drilling safety. • This Operating, Safety, and Maintenance course is developed to present the operations, safety, and preventive maintenance requirements for safe, effective operation and maintenance of the water well drilling rig system

Groundwater Geology and Formation Evaluation

One (1) classroom one (1) for individual class size +/- 25 per class

Develop a basic and advanced course • Identify sources of water. • Understand the use of the Driller s Log.

Operational Overview of Well Drilling Rig and Platform familiarization of support systems

One (1) classroom one (1) for individual class size +/- 25 per class

Develop a basic and advanced course • Identify drilling equipment and operations. • Understand the duties of those on the drilling crew. • The purpose of this course is to provide the

Page 82: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 82 of 95

operators and site maintenance personnel with the knowledge of the fundamental rules and criteria to be followed for on-site use and for the maintenance of the water well drilling rig.

Collateral Equipage One (1) classroom one (1) for individual class size +/- 25 per class

Develop a basic and advanced course. • Identify drilling equipment and operations. • Understand the duties of those on the drilling crew.

Well Drilling Methods/Technology (MUD Rotary Drilling)

One (1) classroom one (1) for individual class size +/- 25 per class

Develop a basic and advanced course. • Identify methods and objectives for drilling water. • Identify causes and prevention of drilling difficulties.

Well Construction, Completion and Abandonment

One (1) classroom one (1) for individual class size +/- 25 per class

Develop a basic and advanced course. • Understand the classification of wells. • Understand how to develop and complete wells.

Pump Introduction (Pump Cable Splicing and Submersible Pump)

One (1) classroom one (1) for individual class size +/- 25 per class

Develop a basic and advanced course. • Identify drilling equipment and operations

Water Well Drilling Exercises Three (3) Field Exercises Work with drilling team and Specialty Engineer Kandak (SEK) leadership to determine drilling locations. The drilling exercises are the practical application of using the classroom and static courses of instruction to successfully drill and develop functional/usable deep water (1000 ft) wells.

Train Well Drilling Supervisor/Tower Leader

To be Determined by the Master Instructor

Develop a leadership course that instructs the senior team members on leading the total drilling operations requirements. These members should be able to both lead adrilling operation and train additional drillers to execute particular parts of the course.

PART 6 ATTACHMENT/TECHNICAL EXHIBIT LISTING 6. Attachment/Technical Exhibit List: 6.1 Attachment1/Technical Exhibit List – Performance Requirement Summary

Performance Objective PWS Performance Threshold Method of Surveillance Hire instructors that are qualified to teach the required courses.

1.6.9 Instructors shall be certified to teach Dari and/ or Pashtu 100% of the time

Spot Evaluation/ Customer Feedback

Develop and execute a comprehensive Program of instruction (POI) for the (9) courses

5.1 POI shall be approved prior to execution and utilized 100% of the time

100% Inspection

Student Training and Instructions

5.2 Training Rig, Support Equipment, and Materials shall be in serviceable condition and available 100% of the time

Periodic Inspection/ Customer Feedback

Page 83: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 83 of 95

Water Drilling Rigs 4.1.1 Drilling Rigs shall be operationally serviceable 100% during period of performance.

100% Inspections

6.2 Attachment 2/Technical Exhibit 2

DELIVERABLE FREQUENCY # OF COPIES MEDIUM/FORMAT SUBMIT TO

Initial Draft of Programs of Instruction for the Basic and Advanced for nine courses in accordance with para 5.1.

Within 30 days of Contract award

Two copies to the COR Two copies to theANA

Hard Copy and/or CD COR

Final draft of Programs of Instructions for the Basic and Advance for nine courses in accordance with para 5.1.

Within 45 days of Contract award

Two copies to the COR Two copies to the ANA

Hard Copy and/or CD COR

Water Drilling Rig in accordance with Para 4.1.1

Within 30 days of contract awarded

1 vehicle N/A COR

MAKE UP AND BREAK DOWN OF DRILL STRING (ROD) Task, Step, and Performance Measure

TASK: Make Up and Break Down of Drill String (Rod)

This Job Sheet is to be completed in accordance with Practical Application Exercises

GO NO/GO

PERFORMANCE STEPS

1. Set up well drill, (ensure well drill is level) *

2. Raise mast and secure mast with bolts

Page 84: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 84 of 95

a. Attach associated hoses to Mud Pump, Mud Gun, Mud Pit and Cat Pump

3. Attach centralizer table half, knerfing bar and insert guide bushings in the table

4. Raise top head to approximately 12” above the mark on mast

5. Attach drill steel sling to drill steel

6. Connect hoist line to sling

Instructor’s Initials

a. Hoist and swing drill steel slowly into position

b. Raise drill steel to the top-head. (DO NOT lower top-head to drill steel)

c. Rotate top-head slowly as the Derrick Hand holds drill steel until hand tight and stop rotation. (Gap between drill steel and top-head must be closed)

d. Lower hoist line to remove sling and swing to the side

e. Place a rag or can over drill steel in the table to avoid debris from entering drill string

f. Tap the piece of drill steel to be added with a hammer to remove any debris inside

g. Lubricate threads of drill steel with biodegradable lubricant *

Task, Step, and Performance Measure

TASK: Make Up and Break Down of Drill String (Rod)

This Job Sheet is to be completed in accordance with Practical Application Exercises

GO NO/GO

PERFORMANCE STEPS

h. Lower top-head until pin is inside box end and begin drill rotation. (Tighten to 1500 PSI using rotation pressure gauge) *

i. Back off rotation and raise to remove wrench

NOTE: For adding additional steel follow steps 4 through 6i

Page 85: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 85 of 95

Instructor’s Initials

GO NO/GO

PART II TRIPPING OUT (Breaking Down Steel)

1. Stop penetration and raise top-head about 18” above centralizer table

a. Slow rotation speed

b. Continue running mud pump to clear all cuttings from bole-hole *

1) Once hole is clear stop mud pump and rotation

2. Raise a piece of steel up into the mast and set holding wrench in the top slots of the piece of steel remaining in the borehole and set steel down on wrench

Instructor’s Initials

3. Utilizing breakout wrench, break joint twice and continue to unscrew the joint with top- head in breakout rotation

4. Place holding wrench on the top slots of drill steel

5. Lower steel to rest on the wrench in the table

6. Engage breakout rotation (up) and disconnect top-head from drill string

7. Place pipe wiper on drill string and reconnect top-head to drill string

Task, Step, and Performance Measure

TASK: Make Up and Break Down of Drill String (Rod)

GO NO/GO

PERFORMANCE STEPS

8. Back off rotation, raise and remove wrench

9. Swing open centralizer table and slide the pipe wiper down below the pipe guide arms and replace the table

10. Raise top-head until full length of steel is above table

Page 86: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 86 of 95

Instructor’s Initials

11. Place holding wrench in top slots of drill string in the hole

12. Rotate wrench counter clockwise (breakout rotation) until it touches the table block on the drillers side

13. Lower top-head until steel rests on the wrench

14. Pullout blow down valve (This will relieve pressure in drill string)

15. Swing breakout wrench out and attach to bottom of drill steel in the derrick and break the joint using breakout wrench

16. Push breakout wrench back to resting position and begin breakout rotation.

a. Raising the top-head lightly to relieve pressure on the table until joint is free

NOTE: Driller must keep a watch on the top-head spindle to ensure steel does not loosen from the spindle

Instructor’s Initials

17. Raise bottom of steel to approximately one foot above steel in table

18. Swing hoist arm in toward the derrick and raise sling onto the steel hanging from top-head

19. Place plug end of sling in box end of steel in the table

20. Lower top-head onto sling plug

21. Place pipe wiper on drill string and reconnect top-head to drill string

a. Rotate steel and place handling wrench into bottom slots of the steel

b. Have derrick hand step back and hoist up to tighten the sling

c. Move rotation to breakout and break free joint at the top-head

1) Lift slightly to relieve pressure on table

d. Stop rotation and slide handling wrench in, away from drill steel

e. Raise hoist, swing drill steel to the side and lower to the ground

Instructor’s Initials

* CRITICAL STEP WELL CONSTRUCTION AND COMPLETION Task, Step, and Performance Measure

Page 87: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 87 of 95

TASK: Well Construction and Completion

This Job Sheet is to be completed in accordance with Practical Application Exercises

GO NO/GO

PERFORMANCE STEPS

PART I Install Casing and Screen

1. With Well Drilling Rig over hole to be cased (ensure well rig is level)

Attach lifting bail and hoist hook to top-head

b. Raise top-head with the following over bore hole

1) 6” elevator

2) One length of 6” steel casing

3) PVC cap, as required

c. Attach centralizer near base of casing (Ensure spread of centralizer is not larger than bore hole

Instructor’s Initials

2. Slowly lower casing into bore hole *

NOTE:

a. Keep a close watch on elevator to ensure it doesn’t get caught up in pull down cables

b. Casing may become buoyant when lowered, if this happens use the one inch hose attached to cat pump to fill casing with water which will add weight to overcome buoyancy

3. With casing lowered to surface casing

a. Unhook elevator

b. Wipe out the bell

Page 88: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 88 of 95

Task, Step, and Performance Measure

TASK: Well Construction and Completion

GO NO/GO

PERFORMANCE STEPS

PART I Install Casing and Screen

c. Place an O-ring in lower grove of bell *

d. Lube inside of casing bell with pipe lube

Instructor’s Initials

4. Place second elevator on first screen

a. Hook screen to top head

b. Slowly raise top head to about one foot above previous casing

c. Apply pipe lube to lower part of screen

d. Lower guide and screen into casing until, spline groove of both casings are

NOTE: Some assistance may be required to push past O-ring

e. Place spline in the bell

f. Carefully push spline all the way into bell

NOTE:

a. There will be about two inches of spline sticking out of the casing, this may be trimmed back however don’t cut flush with casing

Instructor’s Initials

d. Slowly lower casing into bore hole *

NOTE:

5. Place another centralizer near bottom of screen

a. Carefully raise top head and lift both pieces of casing

b. Remove lower elevator

Page 89: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 89 of 95

Task, Step, and Performance Measure

TASK: Well Construction, Completion and Abandonment

GO NO/GO

PERFORMANCE STEPS

6. Repeat steps 2 through 5b with screens (where needed) and solid casing until bore hole has been completely cased

NOTE: Remember to use a minimum of one centralizer for every 20 feet of screen and every 40 feet there-after

Instructor’s Initials

PERFORMANCE STEPS

PART II FILTER PACK

1. Place filter pack with-in 50 feet of surface *

NOTE: Use tremie pipe and funnel as needed

Instructor’s Initials

PART III WATER AND AIR DEVELOP

1. Water and or air develop as required

NOTE: Development may take from a couple hours to 2 or 3 days

Instructor’s Initials

PART IV SANITARY SEAL

1. Place grout for top 50 feet of bore hole (minimum) *

Instructor’s Initials

2. Place forms for concrete pad

a. Place plastic vapor covering

b. Place concrete reinforcing fabric

Page 90: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 90 of 95

c. Pour concrete

d. Finish concrete surface

Task, Step, and Performance Measure

TASK: Well Construction, Completion and Abandonment

GO NO/GO

PERFORMANCE STEPS

e. Place information plate *

1) Unit name

2) Date of well

3) Well depth

4) Screen depth

5) Static water level

6) Draw down

f. Allow pad to cure for 24 hours

g. Remove concrete forming

h. Dress around area pad with required material

Instructor’s Initials

2. Place pipe seal *

NOTE: Ensure well vent is not blocked and that electrical lead cable is not pinched (pipe seal holes)

Instructor’s Initials

* CRITICAL STEPS

Page 91: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 91 of 95

PUMP CABLE SPLICING Task, Step, and Performance Measure

TASK: Pump Cable Splicing

GO NO/GO

PERFORMANCE STEPS

1. Prepare cable

a. Thoroughly remove all wax and dirt from cable jacket for a minimum of 4’ beyond sheath opening

b. Cut cable ends so that they are individually staggered *

c. Stripe back cable ends to expose 3/8” to ½” of the wire

2. Make splice between pump motor pigtail and lead cable (Stagger individual connectors providing a lateral spacing of ½” between ends of connectors) *

Instructor’s Initials

3. Install cable splicing into one of the mold body halves

a. Snap together both mold body halves

b. Tape ends of mold to provide a seal between mold and electrical cable *

4. Install mold funnels into holes provided in mold body

5. Thoroughly knead resin compound together

a. Open a corner of resin package and pour resin into funnels, completely filling mold body

1. NOTE: DO NOT energize system immediately after pouring resin, allow resin to cool before placing into service *

Instructor’s Initials

6. Clean work area

HEAT-SHRINK TUBING

1. Perform Steps 1 and 2 from above Note: Insert heat-shrink tape on wire prior to completing connector connections

Page 92: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 92 of 95

2. Position heat-shrink tubing over joint, (ensure it is centered)

Task, Step, and Performance Measure

TASK: Pump Cable Splicing

GO NO/GO

PERFORMANCE STEPS

3. Apply heat to heat-shrink tubing with either a propane torch or heat gun

a. Keep flame moving to prevent burning the tubing

b. Proper shrinkage is reached when the tubing does not show any further reduction in size

Instructor’s Initials

4. Check proper sealing of splice by immersing it in a container of water for 10 minutes

5. Take a resistance reading between the water and each of the cable conductors

Instructor’s Initials

6. Clean work area

* CRITICAL STEPS INSTALL SUBMERSIBLE PUMP Task, Step, and Performance Measure

TASK: Install Submersible Pump

GO NO/GO

PERFORMANCE STEPS

1. Setup ISO Well Drilling Rig

2. Attached Bail to Top Head

Page 93: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 93 of 95

a. Lift Top Head, with 2” elevator and one length of 2” galvanized drop pipe over well casing (ensure elevator is tied with safety wire) *

3. Apply pipe dope to female end of 2” galvanized drop pipe

4. Attach submersible pump to 2” galvanized drop pipe (take care not to put pipe wrench on pump shell body, place pipe wrench on the top discharge casing) *

5. Attach pump safety cable to pump with three wire rope clips (remember never saddle a dead horse) *

6. Slowly lower pump and galvanized drop pipe into casing making sure to tape electrical lead cable to pipe every 2’

a. Lower till elevator reaches well casing

Instructor’s Initials

7. Disconnect lifting bail from elevator

a. Attach another 2” elevator onto another 2” piece of galvanized drop pipe with coupling and connect to lifting bail on top head (ensure elevator is tied with safety wire)

b. Raise top head with new section of galvanized drop pipe over casing

c. Apply pipe dope to threads on both pieces of 2” galvanized drop pipes to be connected

d. Lower top head and connect both pieces of 2” galvanized drop pipe

8. Raise top head and remove bottom elevator and begin slowly lowering pump and galvanized drop pipe into well casing making sure again to tape electrical lead cable to pipe every 2’ *

Task, Step, and Performance Measure

TASK: Install Submersible Pump

GO NO/GO

PERFORMANCE STEPS

Page 94: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 94 of 95

a. Once lowered to the well casing, install a 2” galvanized 90 degree elbow onto the pipe

b. Remove lifting bail

9. Connect electrical lead cable to control box

a. Run cable from control box to properly grounded generator

b. Double check all electrical connections

c. Start generator and let warm up for 5 minutes

Instructor’s Initials

10. At instructor’s direction, turn power on at control box and start pump

11. With pump working, get a 5 gallon bucket and begin GPM test

a. Calculate GPM

12. Once it is decided that the pump is performing according to specs

a. Disconnect power at control box

b. Shut down generator

13. Trip out galvanized drop pipe and pump

14. Clean and wipe down pump and galvanized drop pipe threads

15. Clean site area and secure generator

Instructor’s Initials

* CRITICAL STEP CLAUSE 252.225-7984 252.225-7984 ADDITIONAL ACCESS TO CONTRACTOR AND SUBCONTRACTOR RECORDS (OTHER THAN USCENTCOM)(DEVIATION 2015-2016) (SEP 2015)

(a) In addition to any other existing examination-of-records authority, the Government is authorized to examine any records of the Contractor and its subcontractors to the extent necessary to ensure that funds, including supplies and services, available under this contract are not provided, directly or indirectly, to a person or entity that is actively opposing United States or coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities.

(b) The substance of this clause, including this paragraph (b), is required to be included in subcontracts,

Page 95: 2806-5-8273-en

W56KJD-15-R-0026 0003

Page 95 of 95

including subcontracts for commercial items, under this contract that have an estimated value over $50,000 and will be performed outside the United States and its outlying areas.

(End of clause)