· Web view(1) Has any unpaid Federal tax liability that has been assessed, for which all...

114
SEE ADDENDUM (No C ollect C alls) N0018919Q 0207 03-A pr-2019 b. TELEPH O NE NUM BER 757-443-1397 8. O FFER D U E D ATE/LO C AL TIM E 02:00 PM 16 A pr2019 5. SO LIC ITATIO N N UM BER 6. SO LIC ITATIO N ISSU E D ATE A UTHO RIZED FO R LO CA L REPRO DUCTIO N PREV IO US EDITIO N IS NO T USA BLE STANDARD FORM 1449 (REV .2/2012) Prescribed by G SA – FA R (48 CFR)53.212 ( TYPE OR PRI NT) (SIG NATURE OF CO N TR AC TIN G O FFIC ER ) ADDENDA X ARE 26.TO TAL AW AR D AM O U N T (ForG ovt.U se O nly) 23. CODE 10.TH IS AC Q U IS ITIO N IS SUCH A DDRESS IN O FFER 17b.CHECK IF REM ITTA NCE IS DIFFERENT A ND PUT BELO W IS CHECKED TELEPHO NE NO . N00189 9.ISSU ED BY 18b.SUBM IT INV O ICES TO A DDRESS SHO W N IN BLO CK 18a.UNLESS BLO CK 7. FO R SO LIC ITATION IN FO R M ATIO N C ALL: a. N AM E DA V ID W .CROUCH 2. C ONTRACT NO. 3. AW AR D /EFFEC TIVE D ATE 4. O RD ER NUM BER (TYPE OR PRINT) 30b.NA M E A ND TITLE O F SIG NER 30c.DA TE SIG NED 31b. NAME OF CONTRACTING OFFICER 30a.SIG NA TURE O F O FFERO R/CO NTRA CTO R 31a.UNITED STATES OF AMERICA 27a.SO LIC ITATIO N IN C O R PO R ATES BY R EFER EN C E FAR 52.212-1.52.212-4.FAR 52.212-3.52.212-5 AR E ATTAC HED. X 25.AC C O U N TIN G AN D APPR O PR IATIO N D ATA 1. R EQU ISITIO N N U M BER 20. AD D ITIO N AL SH EETS SU BJEC T TO TH E TER M S AN D C O N D ITIO N S SPEC IFIED . PA G E 1 O F 79 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SO LIC ITA TIO N/CO N TR A C T/O RDER FO R CO M M ER C IA L ITEM S AR E N O T ATTAC HED 27b. C O N TR AC T/PU R C H ASE O R D ER IN C O R PO R ATES BY R EFER EN C E FAR 52.212-4.FAR 52.212-5 IS ATTAC H ED . AD D EN D A AR E AR E N O T ATTAC HED 1 (BLO C K 5),IN C LU D IN G AN Y AD D ITIO N S O R C H AN G ES W H IC H ARE SET FO R TH H ER EIN ,IS AC C EPTED AS TO ITEM S: . Y O U R O FFER O N SOLIC ITATION 28.C O N TR AC TO R IS R EQ U IR ED TO SIG N TH IS D O C U M EN T AN D RETURN % FOR: SET ASID E: U N R ESTR IC TE D OR X SM ALL BU SIN ESS X 17a.C O N TR AC TO R / CODE FAC ILITY OFFEROR CODE N AVSU P FLC N O R FO LK C O N TR AC TIN G N O R FO LK O FFIC E ATTN:D.CROUCH 1968 G ILBER T ST,SU ITE 600 N O R FO LK VA 23511-3392 18a.PAY M EN T W ILL BE M AD E BY CODE R ATED O R D ER UNDER D PAS (15 C FR 700) 13a.TH IS C O N TR AC T IS A 13b.R ATIN G CODE 15.D ELIVER TO C O D E 16.AD M IN ISTER ED BY SEE SCHEDULE 12.D ISC O U N T TER MS 11.D ELIVER Y FO R FO B D ES TIN A- TIO N U N LESS BLO C K IS MARKED SEE SC H ED U LE 14.M ETH O D O F SO LICITATIO N RFQ IFB RFP X FA X: TEL:757-443-1397 SER VIC E-D ISA BLE D VETERAN-OW NED SM ALL BU SIN E SS 8(A) H U BZO N E SM ALL BUSINESS SIZE STAN DARD: $27,500,000 N AIC S: 484210 100 X O FFER DATED 29.AW AR D O F C ONTRACT:REF. D ELIVER ALL ITEM S SET FO R TH O R O TH ER W ISE ID EN TIFIED ABO VE AN D O N ANY C O PIES TO ISSU IN G O FFIC E.C O N TR AC TO R AG R EES TO FU R N ISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE O F SUPPLIES/SERV ICES ITEM NO . Q UA NTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. W OM EN -O W NED SM ALL BU SIN ESS (W OSB) ELIG IBLE U N D ER THE W O M EN -O W N ED SM ALL BU SIN ESS PR O G R AM EDW OSB

Transcript of   · Web view(1) Has any unpaid Federal tax liability that has been assessed, for which all...

Page 1:   · Web view(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

SEE ADDENDUM

(No Collect Calls)

N0018919Q0207 03-Apr-2019b. TELEPHONE NUMBER

757-443-13978. OFFER DUE DATE/LOCAL TIME

02:00 PM 16 Apr 2019

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 X 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.

N001899. ISSUED BY

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

7. FOR SOLICITATION INFORMATION CALL:

a. NAME

DAVID W. CROUCH

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

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

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 79OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

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 ARESET 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 BUSINESSX

17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE

NAVSUP FLC NORFOLK CONTRACTINGNORFOLK OFFICEATTN: D. CROUCH1968 GILBERT ST, SUITE 600NORFOLK VA 23511-3392

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: 757-443-1397 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

HUBZONE SMALL BUSINESS

SIZE STANDARD:

$27,500,000

NAICS:

484210

100

XOFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANYCOPIES 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:   · Web view(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

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

PAGE 2 OF 79

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

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

32b. SIGNATURE OF AUTHORIZED GOVERNMENTREPRESENTATIVE

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 VERIFIEDCORRECT FOR

34. 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 PAYMENT41b. 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:   · Web view(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

N0018919Q0207

Page 3 of 79

Section SF 1449 - CONTINUATION SHEET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1001 1 Lot

Outbound Services Schedule 1FFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1002 1 Lot

Inbound Services Schedule IIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 4:   · Web view(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

N0018919Q0207

Page 4 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1003 1 Lot

Intra-City Moves Schedule IIIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1004 12 Each

Monthly Usage ReportFFPIn accordance with Performance Work Statement Paragraph 7FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2001 1 Lot

Outbound Services Schedule 1FFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 5:   · Web view(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

N0018919Q0207

Page 5 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2002 1 Lot

Inbound Services Schedule IIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2003 1 Lot

Intra-City Moves Schedule IIIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 6:   · Web view(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

N0018919Q0207

Page 6 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2004 12 Each

Monthly Usage ReportFFPIn accordance with Performance Work Statement Paragraph 7FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3001 1 Lot

Outbound Services Schedule 1FFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3002 1 Lot

Inbound Services Schedule IIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 7:   · Web view(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

N0018919Q0207

Page 7 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3003 1 Lot

Intra-City Moves Schedule IIIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3004 12 Each

Monthly Usage ReportFFPIn accordance with Performance Work Statement Paragraph 7FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 8:   · Web view(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

N0018919Q0207

Page 8 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4001 1 Lot

Outbound Services Schedule 1FFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4002 1 Lot

Inbound Services Schedule IIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4003 1 Lot

Intra-City Moves Schedule IIIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 9:   · Web view(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

N0018919Q0207

Page 9 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4004 12 Each

Monthly Usage ReportFFPIn accordance with Performance Work Statement Paragraph 7FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT5001 1 Lot

Outbound Services Schedule 1FFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 10:   · Web view(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

N0018919Q0207

Page 10 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT5002 1 Lot

Inbound Services Schedule IIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT5003 1 Lot

Intra-City Moves Schedule IIIFFPIn accordance with Performance Work StatementFOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT5004 12 Each

Monthly Usage ReportFFPIn accordance with Performance Work Statement Paragraph 7FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 11:   · Web view(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

N0018919Q0207

Page 11 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT6001 1 Lot

Outbound Services Schedule 1FFPFAR clause 52.217-8 In accordance with Performance Work Statement.FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT6002 1 Lot

Inbound Services Schedule IIFFPFAR clause 52.217-8 In accordance with Performance Work Statement.FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

Page 12:   · Web view(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

N0018919Q0207

Page 12 of 79

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT6003 1 Lot

Intra-City Moves Schedule IIIFFPFAR clause 52.217-8. In accordance with Performance Work Statement.FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT6004 12 Each

Monthly Usage ReportFFPFAR clause 52.217-8.In accordance with Performance Work Statement Paragraph 7.FOB: DestinationMILSTRIP: HHGMARYLANDAREA1

NET AMT

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY1001 Destination Government Destination Government1002 Destination Government Destination Government1003 Destination Government Destination Government1004 Destination Government Destination Government2001 Destination Government Destination Government

Page 13:   · Web view(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

N0018919Q0207

Page 13 of 79

2002 Destination Government Destination Government2003 Destination Government Destination Government2004 Destination Government Destination Government3001 Destination Government Destination Government3002 Destination Government Destination Government3003 Destination Government Destination Government3004 Destination Government Destination Government4001 Destination Government Destination Government4002 Destination Government Destination Government4003 Destination Government Destination Government4004 Destination Government Destination Government5001 Destination Government Destination Government5002 Destination Government Destination Government5003 Destination Government Destination Government5004 Destination Government Destination Government6001 Destination Government Destination Government6002 Destination Government Destination Government6003 Destination Government Destination Government6004 Destination Government Destination Government

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

1001 POP 01-JUN-2019 TO31-MAY-2020

N/A N/AFOB: Destination

1002 POP 01-JUN-2019 TO31-MAY-2020

N/A N/AFOB: Destination

1003 POP 01-JUN-2019 TO31-MAY-2020

N/A N/AFOB: Destination

1004 POP 01-JUN-2019 TO31-MAY-2020

N/A N/AFOB: Destination

2001 POP 01-JUN-2020 TO31-MAY-2021

N/A N/AFOB: Destination

2002 POP 01-JUN-2020 TO31-MAY-2021

N/A N/AFOB: Destination

2003 POP 01-JUN-2020 TO31-MAY-2021

N/A N/AFOB: Destination

Page 14:   · Web view(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

N0018919Q0207

Page 14 of 79

2004 POP 01-JUN-2020 TO31-MAY-2021

N/A N/AFOB: Destination

3001 POP 01-JUN-2021 TO31-MAY-2022

N/A N/AFOB: Destination

3002 POP 01-JUN-2021 TO31-MAY-2022

N/A N/AFOB: Destination

3003 POP 01-JUN-2021 TO31-MAY-2022

N/A N/AFOB: Destination

3004 POP 01-JUN-2021 TO31-MAY-2022

N/A N/AFOB: Destination

4001 POP 01-JUN-2022 TO31-MAY-2023

N/A N/AFOB: Destination

4002 POP 01-JUN-2022 TO31-MAY-2023

N/A N/AFOB: Destination

4003 POP 01-JUN-2022 TO31-MAY-2023

N/A N/AFOB: Destination

4004 POP 01-JUN-2022 TO31-MAY-2023

N/A N/AFOB: Destination

5001 POP 01-JUN-2023 TO31-MAY-2024

N/A N/AFOB: Destination

5002 POP 01-JUN-2023 TO31-MAY-2024

N/A N/AFOB: Destination

5003 POP 01-JUN-2023 TO31-MAY-2024

N/A N/AFOB: Destination

5004 POP 01-JUN-2023 TO31-MAY-2024

N/A N/AFOB: Destination

6001 POP 01-JUN-2024 TO30-NOV-2024

N/A N/AFOB: Destination

6002 POP 01-JUN-2024 TO30-NOV-2024

N/A N/AFOB: Destination

6003 POP 01-JUN-2024 TO30-NOV-2024

N/A N/AFOB: Destination

6004 POP 01-JUN-2024 TO30-NOV-2024

N/A N/AFOB: Destination

Page 15:   · Web view(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

N0018919Q0207

Page 15 of 79

CLAUSES INCORPORATED BY REFERENCE

52.203-3 Gratuities APR 198452.203-18 Prohibition on Contracting With Entities That Require Certain

Internal Confidentiality Agreements or Statements--Representation

JAN 2017

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

JAN 2017

52.204-7 System for Award Management OCT 201852.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-13 System for Award Management Maintenance OCT 201852.204-16 Commercial and Government Entity Code Reporting JUL 201652.204-18 Commercial and Government Entity Code Maintenance JUL 201652.212-1 Instructions to Offerors--Commercial Items OCT 201852.212-4 Contract Terms and Conditions--Commercial Items OCT 201852.217-5 Evaluation Of Options JUL 199052.222-41 Service Contract Labor Standards AUG 201852.228-5 Insurance - Work On A Government Installation JAN 199752.232-39 Unenforceability of Unauthorized Obligations JUN 201352.232-40 Providing Accelerated Payments to Small Business

SubcontractorsDEC 2013

52.233-3 Protest After Award AUG 199652.237-2 Protection Of Government Buildings, Equipment, And

VegetationAPR 1984

52.245-1 Government Property JAN 201752.245-9 Use And Charges APR 201252.247-1 Commercial Bill Of Lading Notations FEB 200652.247-5 Familiarization With Conditions APR 198452.247-8 Estimated Weights or Quantities Not Guaranteed APR 198452.247-11 Net Weight - Household Goods or Office Furniture APR 198452.247-12 Supervision, Labor, or Materials APR 198452.247-13 Accessorial Services - Moving Contracts APR 198452.247-14 Contractor Responsibility for Receipt of Shipment APR 198452.247-15 Contractor Responsibility for Loading and Unloading APR 198452.247-16 Contractor Responsibility for Returning Undelivered Freight APR 198452.247-17 Charges APR 198452.247-18 Multiple Shipments APR 198452.247-21 Contractor Liability for Personal Injury and/or Property

DamageAPR 1984

52.247-28 Contractor's Invoices APR 1984252.201-7000 Contracting Officer's Representative DEC 1991252.203-7000 Requirements Relating to Compensation of Former DoD

OfficialsSEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013252.204-7003 Control Of Government Personnel Work Product APR 1992252.204-7012 Safeguarding Covered Defense Information and Cyber

Incident ReportingOCT 2016

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

The Government of a Country that is a State Sponsor of Terrorism

OCT 2015

Page 16:   · Web view(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

N0018919Q0207

Page 16 of 79

252.211-7007 Reporting of Government-Furnished Property AUG 2012252.213-7000 Notice to Prospective Suppliers on Use of Supplier

Performance Risk System in Past Performance EvaluationsMAR 2018

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials

SEP 2014

252.225-7048 Export-Controlled Items JUN 2013252.232-7010 Levies on Contract Payments DEC 2006252.237-7010 Prohibition on Interrogation of Detainees by Contractor

PersonnelJUN 2013

252.243-7002 Requests for Equitable Adjustment DEC 2012252.244-7000 Subcontracts for Commercial Items JUN 2013252.245-7001 Tagging, Labeling, and Marking of Government-Furnished

PropertyAPR 2012

252.245-7002 Reporting Loss of Government Property DEC 2017252.245-7003 Contractor Property Management System Administration APR 2012252.245-7004 Reporting, Reutilization, and Disposal DEC 2017252.247-7013 Contract Areas of Performance DEC 1991252.247-7014 Demurrage DEC 1991252.247-7018 Subcontracting DEC 1991252.247-7019 Drayage DEC 1991252.247-7023 Transportation of Supplies by Sea FEB 2019

CLAUSES INCORPORATED BY FULL TEXT

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)

(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.

Page 17:   · Web view(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

N0018919Q0207

Page 17 of 79

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in--

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7).

(End of provision)

52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (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 an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that--

Page 18:   · Web view(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

N0018919Q0207

Page 18 of 79

(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; and

(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)

ADDENDUM FAR 52.212-1

FAR provision 52.212-1 Addendum, Instructions to Quoters—Commercial Items

I. GENERALIn addition to instructions to quoters contained elsewhere in this solicitation, the following instructions are provided.

Quotes in response to the solicitation are to be submitted to the contract specialist, David Crouch, at [email protected] on or before the closing date and time cited elsewhere in this solicitation. Faxes, responses through Navy Electronic Commerce Online (NECO), and/or hard copy format or any method other than e-mails are not acceptable. Quotes must be held firm for 120 days after the solicitation closing date.

The quote shall consist of the following factors:

Volume I Non-Price Factors: Factor I: Past Performance

Volume II Price Factor: Factor II: Price

Each page of each copy should include the following legend:

Source Selection Information - See FAR 2.101 and 3.104

The completion and submission of the above items will constitute a quote and will indicate the quoter’s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. Alternate quotes are not authorized. Objections to any of the terms and conditions of the solicitation will constitute a deficiency (see FAR 15.001), which will make the quote unacceptable.

IMPORTANT NOTES:(1) Quoters shall respond to all requirements of the solicitation document. Quoters are cautioned not to alter the solicitation.

(2) In the event that any person who is not a bona fide employee of the quoter participated in the creation, formulation, or writing of any portion of the quote, a certificate to this effect shall be included in the quote which shall be signed by an officer of the quoter. Such certificate shall identify the name of the person who is not a bona fide employee, that person’s employment capacity, the name of the person’s firm, the relationship of that firm to the quoter, and the portion of the quote in which the person participated.

(3) In order to ensure that all questions submitted by potential quoters are answered prior to the solicitation closing date, one consolidated list of questions concerning the solicitation should be submitted via e-mail to the contract specialist, David Crouch, at [email protected] no later than 2:00 pm, Eastern Standard Time, on 10 April 2018. The Government reserves the right not to respond to any questions concerning this solicitation received after the questions receipt date above. Accordingly, quoters are encouraged to carefully review all solicitation

Page 19:   · Web view(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

N0018919Q0207

Page 19 of 79

requirements and submit questions to the Government as early as possible.

II. REQUIREMENTS FOR QUOTE CONTENT (1) Introduction and Purpose: This section specifies the format that quoters shall use in this Request for Quotations

(RFQ). The intent is not to restrict the quoters in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes.

(2) Each volume should contain the following items in addition to the other information required by this solicitation:

Cover: The cover should indicate the following:o Title of the quoteo Volume Number (I or II)o Quote Category (Past Performance, or Price)o Request for Quotation (RFQ) Numbero Name and Address of quoter, Cage Code, DUNS and applicable Tax I.D. Number (TIN)o Identification if original or a copy of the quoteo Quote validity period of 120 days from the closing of the RFQ

Table of Contents: The table of contents should provide sufficient detail as to allow the important elements to be easily located. The use of tabs and dividers is encouraged.

(3) Requirements for Style: Each quoter shall submit a quote that clearly and concisely describes and defines the quoter response to the requirements contained in the RFQ. Unnecessary elaboration or other presentations beyond that sufficient to present a complete and effective quote are not desired and may be construed as an indication of the quoter’s lack of understanding of cost consciousness. Elaborate art work, expensive paper or bindings, and expensive visual or other presentation aids are neither necessary nor desired. The quote shall contain all the pertinent information in sufficient detail in the one area of the quote where it contributes most critically to the discussion of the same information. When necessary, the quoter shall refer to the initial discussion and identify its location within the submitted quote.

(4) Quote Page Limitations: Volume I - The following page limitations are established:

Title Submittal Quantities Page Limit*Past Performance 1 Electronic Copy 12 Pages (to include Past Performance Form for each reference plus

additional pages as necessary)

Each factor of the Non-Price quote is limited to the maximum number of pages as defined in the table above. These page limitations are inclusive of the executive summary and any charts, diagrams, and/or other graphics. Graphics (including tables) in the quote may use an alternative font with 8 point size type or larger. Each “page” is defined as one sheet, 8 ½ “ x 11”, with at least one inch margins on all sides, using a font with a point size of 12 or greater (e.g., "Times New Roman" style with 12 point font). Lines shall, at a minimum, be single-spaced. Pages shall be consecutively numbered. Multiple pages, double pages, two-sided pages, or foldouts will count as an equivalent number of 8 ½" x 11" pages. The quoter is permitted to submit no more than one page for each of the following, which will not be included in the page count: a cover sheet, list of tables, list of figures, compliance matrix, table of contents, tabs, and dividers. Pages submitted in excess of the page limitations described above will not be evaluated.

Volume II – Price is not page limited

III. QUOTE CONTENT

Volume I:

Factor I: Past Performance

Page 20:   · Web view(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

N0018919Q0207

Page 20 of 79

The quoter shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts within the past five (5) years prior to the closing date that is the same as, or similar to, the scope and magnitude of the work described by this solicitation. In addition, performance data will only be assessed for those references demonstrating at least 1 year of completed performance within the five years prior to the closing date of this solicitation.

To demonstrate its past performance, the quoter shall identify up to three (3) of its most relevant contracts or efforts which meet the definition of relevancy stated above, and provide any other information the quoter considers relevant to the requirements of the solicitation. Quoters should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation. For purposes of this solicitation, a contract is defined as a single contract or a single task order placed under an ID/IQ contract, a Blanket Purchase Agreement (BPA), or a Federal Supply Schedule. Quoters may submit a combination of no more than three (3) delivery orders (DOs), task orders (TOs), technical direction letters (TDLs), and/or technical area tasks (TATs) placed under an ID/IQ or BPA as one of the three examples of past performance. Each individual example in the combination must also meet the relevancy requirements stated above. No more than one combination of DOs, TOs, TDLs and or TATs is permitted in the past performance submittal.

a. If proposed subcontractor past performance is provided as part of the three (3) of its most relevant contracts or efforts, the percentage and type of work to be done by the subcontractor on the solicitation requirement must be stated. The quoter’s submittal shall detail clearly the aspects of the work in the solicitation that the subcontractor is proposed to perform. A Past Performance example which does not detail clearly the aspects of the work in the solicitation that the subcontractor is proposed to perform will not be evaluated.

b. If the prime quoter or intended subcontractor/partner submits a past performance example in which it served as a subcontractor, the prime/sub/partner shall detail clearly the work that it performed and the magnitude (dollar value) of that subcontracted work only. A Past Performance example that does not differentiate between the overall contract effort and the subcontractor effort will not be evaluated.

c. If a combination of DOs, TOs, TDLs and or TATs are used as a past performance example, the quoter shall state the specific experience claimed, period of performance, and dollar value of each. Performance data will only be assessed for those individual references which meet the definition of relevancy stated above. A Past Performance example that does not provide the level of detail required will not be evaluated.

Subcontractor performance (either the quoter's own subcontractor experience or proposed subcontractors experience) of major or critical aspects of this requirement will be considered as highly as prime contractor past performance information for the quoter. Failure of quoters to provide the required information and level of specificity will result in the contract reference not being evaluated.

The quoter should complete a Past Performance Information Form for each reference submitted. The form is an attachment to the solicitation. The forms will count toward the Volume I page limit described above. For additional information regarding a particular reference beyond that which will fit on the form, the quoter may continue onto another sheet of paper. Such continuation sheet(s) for submitted references will count toward the Volume I page limit.

In addition to the information requested above, quoters shall contact their past performance references and request that each reference complete the attached “Past Performance Report Form” and e-mail the completed survey directly David Crouch, at [email protected] BY THE CLOSING DATE AND TIME OF THIS SOLICITATION. The Government reserves the right to consider past performance report forms received after the closing date of the solicitation and to contact references for verification or additional information.

Volume II

Factor II: Price

Page 21:   · Web view(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

N0018919Q0207

Page 21 of 79

Price shall include the completed solicitation documents and a complete and detailed price breakdown with all supporting documentation. The price information shall be completed in accordance with the following:

Price shall include the completed solicitation documents and a complete and detailed price breakdown with all supporting documentation. The price information shall be completed in accordance with the following:

- For the purpose of preparing a price quote, the quoter shall assume that the period of performance consists of a 12-month base period to begin on 01 June2019, plus four 12-month options and FAR clause 52.217-8, Option to Extend Services, established in the Schedule.

- A completed and signed Standard Form 1449, Solicitation/Contract/Order for Commercial Items, and executed copies of any amendments.

- Complete the tables located in Attachment 13, Pricing Spreadsheet. An quoter must propose on all items in the tables under Attachment 13 within a specified area of performance for a given schedule. Failure to do so shall be cause for rejection of the offer for that area of performance of that schedule. If there is not charge for an item, an entry such as “No Charge” or the letters “N/C” or “0” must be made in the unit price column of the Schedule.

- Any offer, which stipulates minimum charges or graduated process for any or all items shall be rejected for that area of performance within the Schedule.

- Any subcontracts shall be identified and priced in the price factor.

- Unless otherwise provided in this solicitation, the quoter shall state prices in amounts per hundred pounds on gross or net weights, whichever is applicable. All charges shall be subject to, and payable on, the basis of 100-pound minimum weight for unaccompanied baggage and a 500-pound minimum weight for household goods, net or gross weight, whichever is applicable.

- When drayage is necessary for the accomplishment of any item in the pricing schedule, the quoter shall include in the unit price any costs for bridges or ferry tolls, road use charges or similar expenses.

The following information shall also be completed and provided in Volume II with all supporting documentation:

- Unless completed in the System for Award Management, the quoter shall complete the solicitation’s representations, certifications and other statements of quoters.

- The Estimated Quantities, Attachment 4, to include the Quoter’s Guaranteed Daily Capability as specified for the base and four option years.

- Per PWS Section 1.4.1, the quoter shall establish and provide a complete quality control plan as part of the quote submission and shall address the services as required in PWS paragraphs 5.0-5.14.

- The Government reserves the right to conduct a Pre-Award Survey of the quoter’s facilities to determine compliance. If the quoter has a Government-approved warehouse facility, the latest warehouse inspection report (DD Form 1812) shall be submitted. If the quoter does not currently have a Government-approved warehouse, their warehouse must be inspected and approved prior to award of contract and they shall provide a pre-filled DD Form 1811, Pre-award Survey of Contractor’s/Carrier’s Facility and Equipment, with the company’s information and warehouse location with their quote. PWS section 5.11 compliance will be reviewed in accordance with Attachment 8, Pre-Award Survey Guidelines, and an executed copy of the DD Form 1811.

(END)

Page 22:   · Web view(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

N0018919Q0207

Page 22 of 79

CLAUSES INCORPORATED BY FULL TEXT

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:

Factor I: Past PerfomanceFactor II: Price

The trade-off evaluation of quotes will consider the quoter’s Non-Price Proposal to be approximately equal to the Price proposal. The Non-Price proposal consists of Factor I, 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)

ADDENDUM FAR 52.212-2

FAR provision 52.212-2 Addendum, Evaluation—Commercial Items

The Government intends to award a single (with the possibility of split and/or secondary award), indefinite-delivery requirements (IDR) type contract with firm-fixed-price (FFP) provisions resulting from this solicitation to the responsible quoter whose quote represents the best value after evaluation in accordance with the factors in the solicitation. Each quoter’s quote shall be in the form prescribed by, and shall contain a response to, each of the areas identified in the solicitation provision entitled “FAR provision 52.212-1 Addendum, Instructions to Quoters--Commercial Items.” The evaluation and award are being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items.

The Government intends to award a contract without exchanges. The establishment of a competitive range is not anticipated. Accordingly, each quoter should submit its most favorable terms from a price and non-price standpoint. However, the Government reserves the right to establish a competitive range and conduct exchanges if later determined by the contracting officer to be necessary.

The trade-off evaluation of quotes will consider the quoter’s Non-Price Quote to be approximately equal to the Price quote. The Non-Price quote consists of Factor I, Past Performance.The Government reserves the right to award a contract to other than the lowest priced quoter. The Government reserves the right to make an award of two or more areas to a single bidder if such award will result in an overall lower estimated cost to the Government. The Government also reserves the right to award additional contracts, as a result of this solicitation, to the extent necessary to meet its estimated maximum daily requirements.

1. Non-Price Quote Evaluation Criteria

Factor I: Past Performance

Page 23:   · Web view(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

N0018919Q0207

Page 23 of 79

The past performance evaluation factor assesses the degree of confidence the Government has in an quoter’s ability to meet the contract’s requirements based on the quality of a demonstrated record of recent and relevant performance. There are three aspects to the past performance evaluation: recency, relevancy, and quality. These are combined to establish a single performance confidence assessment rating for each quoter. For the Past Performance factor, the rating tables identified in the table below, entitled Past Performance Relevancy Ratings Table and Past Performance Confidence Assessment Ratings Table will be utilized for the assignment of ratings for relevancy and confidence assessment.

Past Performance Recency: Recency is the first aspect of the past performance evaluation and is the time period during which past performance references are considered relevant. Recency is critical to establishing the relevancy of past performance information. Relevant past performance is performance under contracts or efforts within the past five (5) years prior to the closing date that is the same as, or similar to, the scope and magnitude of the work described by this solicitation. In addition, performance data will only be assessed for those references demonstrating at least 1 year of completed performance prior within the five years prior to the closing date of this solicitation. Evaluation will focus only on work already performed. Work yet-to-be performed and work outside of the relevant period established by this solicitation will not be considered.

Past Performance Relevancy: Regarding relevancy, the aggregated past performance references under the Quoter’s Past Performance submission will be evaluated to determine its scope and magnitude relative to the instant requirement. The following definitions apply to this evaluation:

- Scope: Experience in the areas defined in the PWS.- Magnitude: The measure of the similarity of the dollar value of actually performed work that exists between the PWS and the quoter’s contracts, in the aggregate, during the relevant period established by the solicitation.

The aggregate of each quoter’s past performance references in terms of scope and magnitude will result in the assessed overall relevance of that quoter’s past performance. The quality of performance under a past performance reference that that has no relevance to the instant requirement will not be considered in the overall assessment of past performance confidence. In determining the rating for the past performance factor, past performance of greater relevancy will have more influence on the past performance confidence assessment than past performance of lesser relevance. Past Performance Quality: The third aspect of the past performance evaluation is to establish the overall quality of the quoter’s past performance. The Government will review all past performance information collected and determine the quality of the quoter’s performance, including general trends and usefulness of the information, and will incorporate this into the performance confidence assessment.

In order to determine the quality of performance, the Government may utilize existing data sources, including the Past Performance Information Retrieval System (PPIRS), the Contractor Performance Assessment Reporting System (CPARS), the Federal Awardee Performance and Integrity Information System (FAPIIS), the Electronic Subcontract Reporting System (eSRS), or other databases; communication with points of contact in the quoter’s customer’s organization, which could include private sector requirements and contracts personnel, Administrative Contracting Officers, Defense Contract Management Agency (DCMA) personnel, Procuring Contracting Officers, Contracting Officer’s Representatives, and other Government activity requirements personnel. The Government may verify past performance information. The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews, and existing data sources. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside of the Government. This information will be used for the evaluation of past performance.

Past Performance Confidence Assessment: The overall assigned rating for past performance will be the Past Performance Confidence Assessment rating, defined in the table below. The assignment of this rating will be based on the overall quality of the recent and relevant past performance and will also consider the source of the information, the context of the data, and general trends in the quoter’s performance. The quality of performance

Page 24:   · Web view(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

N0018919Q0207

Page 24 of 79

under a past performance reference that that has no relevance to the instant requirement will not be considered in the overall assessment of past performance confidence.

If the quoter’s aggregated past performance is determined to be not relevant as defined in the solicitation, then the quality of the quoter’s past performance will not be evaluated through a confidence assessment and the past performance factor will be rated as “Neutral Confidence.” If an quoter’s aggregate past performance is determined to be somewhat relevant, then each past performance reference under the quoter’s past performance submission that contributed to the determination of aggregate will be evaluated to determine the quality of the quoter’s performance under that reference. The quality of performance on contract references that are rated not relevant is not evaluated even when the overall past performance is found to be relevant.

In the case of quoters for which there is no information on past contract performance or where past contract performance information is not available, the quoter may not be evaluated favorably or unfavorably on the past performance factor. In this case, the quoter’s past performance is unknown and assigned a performance confidence rating of “Neutral Confidence.” Although an quoter that lacks recent, relevant past performance may not be rated favorably or unfavorably with regard to past performance, the Government may determine that a “Substantial Confidence” or “Satisfactory Confidence” past performance rating provides better value to the Government than a “Neutral Confidence” past performance rating.

The past performance factor evaluation and past performance confidence assessment rating is separate and distinct from the contracting officer’s responsibility determination. The assessment of the quoter’s past performance will be used as a means of evaluating the relative capability of the quoter and other competitors to successfully meet the requirements of the solicitation.

2. Quote Evaluation Criteria

Factor II: PriceThe Government will evaluate price quotes in accordance with FAR 13.106-3, Award and Documentation. The Government may evaluate any and all information submitted by the quoter to support the reasonableness of the prices quoted. The method of evaluation used by the Contracting Officer is solely within the discretion of the Contracting Officer.

Individual awards will be made to the quoter(s) who represents the best value for each schedule in each area. In light of the fact that awarding and administering more than one contract may lead to additional Government administrative costs, the Government, solely for the purposes of this evaluation, may apply an additional $500.00 administrative cost to the quoter’s proposed price for each additional potential contract awarded under this solicitation. Award(s) will then be made to the quoter(s) who represent the best value to the Government.

The Government will evaluate each quoter’s Maximum Daily Guarantee Capability (Attachment 4 of the solicitation) per schedule in each area.

In the event that no one quoter meets the Government’s Estimated Maximum Daily Requirements as required in Attachment 4 for any schedule in any area, the Government may award a Primary and possibly Secondary (standby) contract(s) to the quoter(s) whose quote(s) represent the best value to the Government. The successful primary and secondary (standby) contractor(s) will be held to a Guaranteed Daily Capability as set forth by the quoter in the Estimated Quantities (NCWT guaranteed daily capability). Any quoter who is not willing to accept award of a secondary (standby) contract (including all the terms and conditions set forth herein) shall check the block below; otherwise, the quote will be considered for award of a secondary (standby) contract.

__________ WILL NOT ACCEPT A SECONDARY (STANDBY) AWARD

Although price is not the most important evaluation factor, it has the potential to become more significant during the evaluation process. The degree of importance of price will increase with the degree of equality of the quotes in relation to the other factors on which selection is to be based. The importance of price will also increase when a quote's price is so significantly high as to diminish the value to the Government that might be gained under the other

Page 25:   · Web view(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

N0018919Q0207

Page 25 of 79

aspects of the offer. If, at any stage of the evaluation, all quoters are determined to have submitted equal, or virtually equal, non-price quote, price could become the factor in determining which quoter will receive the award.

3. Written NoticeA written notice of award or acceptance of an offer emailed or otherwise furnished to the successful quoter 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.

4. Ratings Tables

Past Performance Relevancy Ratings Table

Rating Description

Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort this solicitation requires.

Relevant Present/past performance effort involved similar scope and magnitude of effort this solicitation requires.

Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort this solicitation requires.

Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort this solicitation requires.

Past Performance Confidence Assessment Ratings Table

Rating Description

Substantial Confidence Based on the quoter’s recent/relevant performance record, the Government has a high expectation that the quoter will successfully perform the required effort.

Satisfactory Confidence Based on the quoter’s recent/relevant performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort.

Neutral Confidence

No recent/relevant performance record is available or the quoter’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The quoter may not be evaluated favorably or unfavorably on the factor of past performance.

Limited Confidence Based on the quoter’s recent/relevant performance record, the Government has a low expectation that the quoter will successfully perform the required effort.

No Confidence Based on the quoter’s recent/relevant performance record, the Government has no expectation that the quoter will be able to successfully perform the required effort.

(END)

CLAUSES INCORPORATED BY FULL TEXT

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (OCT 2018) ALTERNATE I (OCT 2014)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.

(a) Definitions. As used in this provision--

Page 26:   · Web view(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

N0018919Q0207

Page 26 of 79

“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.

“Forced or indentured child labor” means all work or service—

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or

(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.

“Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner.

“Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees.

“Inverted domestic corporation,” means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c).

“Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except—

(1) PSC 5510, Lumber and Related Basic Wood Materials;

(2) Product or Service Group (PSG) 87, Agricultural Supplies;

(3) PSG 88, Live Animals;

(4) PSG 89, Subsistence;

(5) PSC 9410, Crude Grades of Plant Materials;

(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) PSC 9610, Ores;

(9) PSC 9620, Minerals, Natural and Synthetic; and

(10) PSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

Page 27:   · Web view(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

N0018919Q0207

Page 27 of 79

“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate—

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

“Sensitive technology”—

(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically—

(i) To restrict the free flow of unbiased information in Iran; or

(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and

(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).

“Service-disabled veteran-owned small business concern”—

(1) Means a small business concern—

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

Page 28:   · Web view(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

N0018919Q0207

Page 28 of 79

“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.

“Small disadvantaged business concern, consistent with 13 CFR 124.1002,” means a small business concern under the size standard applicable to the acquisition, that--

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

“Subsidiary” means an entity in which more than 50 percent of the entity is owned—

(1) Directly by a parent corporation; or

(2) Through another subsidiary of a parent corporation.

“Veteran-owned small business concern” means a small business concern—

(1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

“Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.

“Women-owned small business concern” means a small business concern --

(1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

“Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127),” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.

(b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.

Page 29:   · Web view(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

N0018919Q0207

Page 29 of 79

(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM 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), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]

(c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business concern.

(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern.

(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]The offeror represents that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.

(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror 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

Page 30:   · Web view(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

N0018919Q0207

Page 30 of 79

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ .] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that—

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ .] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.

(8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, a women-owned business concern.

(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:

___

(10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ .] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)

[The offeror shall check the category in which its ownership falls]:

___ Black American.

Page 31:   · Web view(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

N0018919Q0207

Page 31 of 79

___ Hispanic American.

___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).

___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).

___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).

___ Individual/concern, other than one of the preceding.

(d) Representations required to implement provisions of Executive Order 11246 --

(1) Previous contracts and compliance. The offeror represents that --

(i) It [ ___ ] has, [ ___ ] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and

(ii) It [ ___ ] has, [ ___ ] has not, filed all required compliance reports.

(2) Affirmative Action Compliance. The offeror represents that --

(i) It [ ___ ] has developed and has on file, [ ___ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or

(ii) It [ ___ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.

(f) Buy American 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

Page 32:   · Web view(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

N0018919Q0207

Page 32 of 79

“domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.”

(2) Foreign End Products:LINE ITEM NO. COUNTRY OF ORIGIN ___ ___ ___ ___ ___ ___

[List as necessary]

(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(g)

(1) Buy American -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American--Free Trade Agreements--Israeli Trade Act.”

(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”:

Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:LINE ITEM NO. COUNTRY OF ORIGIN ___ ___ ___ ___ ___ ___

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or 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 33:   · Web view(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

N0018919Q0207

Page 33 of 79

___ ___ ___ ___

[List as necessary]

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—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. 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 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

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

Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:Line Item No.: Country of Origin: ___ ___

Page 34:   · Web view(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

N0018919Q0207

Page 34 of 79

___ ___ ___ ___

[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 ProductsLine Item No.: Country of Origin: ___ ___ ___ ___ ___ ___

[List as necessary]

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

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

(1) [ ___ ] Are, [ ___ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(2) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and

(3) [ ___ ] Are, [ ___ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and

(4) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

Page 35:   · Web view(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

N0018919Q0207

Page 35 of 79

(i) Taxes are considered delinquent if both of the following criteria apply:

(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(ii) Examples.

(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights.

(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.

(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).

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

(1) Listed End ProductListed End Product: Listed Countries of Origin: ___ ___ ___ ___ ___ ___

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]

[ ___ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.

[ ___ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has

Page 36:   · Web view(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

N0018919Q0207

Page 36 of 79

made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—

(1) [ ___ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ___ ] Outside the United States.

(k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]

(1) [ ___ ] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ___ ] does [ ___ ] does not certify that—

(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;

(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and

(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.

(2) [ ___ ] Certain services as described in FAR 22.1003-4(d)(1). The offeror [ ___ ] does [ ___ ] does not certify that—

(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;

(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii));

(iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and

(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.

Page 37:   · Web view(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

N0018919Q0207

Page 37 of 79

(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 SAM to be eligible for award.)

(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).

(2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN.

(3) Taxpayer Identification Number (TIN).

[ ___ ] TIN: ___ .

[ ___ ] TIN has been applied for.

[ ___ ] TIN is not required because:

[ ___ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;

[ ___ ] Offeror is an agency or instrumentality of a foreign government;

[ ___ ] Offeror is an agency or instrumentality of the Federal Government;

(4) Type of organization.

[ ___ ] Sole proprietorship;

[ ___ ] Partnership;

[ ___ ] Corporate entity (not tax-exempt);

[ ___ ] Corporate entity (tax-exempt);

[ ___ ] Government entity (Federal, State, or local);

Page 38:   · Web view(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

N0018919Q0207

Page 38 of 79

[ ___ ] 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. The Offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an inverted domestic corporation; and (ii) It [ ___ ] is, [ ___ ] 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].

(2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror—

(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran;

(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and

(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50(U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx).

Page 39:   · Web view(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

N0018919Q0207

Page 39 of 79

(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if—

(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and

(ii) The offeror has certified that all the offered products to be supplied are designated country end products.(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation.

(1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture.

(2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:Immediate owner CAGE code: ____________________.Immediate owner legal name: _____________________.(Do not use a “doing business as” name)Is the immediate owner owned or controlled by another entity: □ Yes or □ No.

(3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:

Highest-level owner CAGE code: __________________.Highest-level owner legal name: ___________________.(Do not use a “doing business as” name)

(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

(1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that—

(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(2) The Offeror represents that—

(i) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(ii) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.)

Page 40:   · Web view(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

N0018919Q0207

Page 40 of 79

(1) The Offeror represents that it [ ___ ] is or [ ___ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated ``is'' in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark ``Unknown''). Predecessor legal name: ____. (Do not use a ``doing business as'' name).

(t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (12.301(d)(1)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror's own Web site or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked ``does'' in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported: ___ .

(u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the

Page 41:   · Web view(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

N0018919Q0207

Page 41 of 79

performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General).

(End of provision)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2019)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

XX (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).

___ (5) [Reserved]

___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

Page 42:   · Web view(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

N0018919Q0207

Page 42 of 79

___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).

____ (10) [Reserved]

____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

____ (ii) Alternate I (NOV 2011) of 52.219-3.

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4.

____ (13) [Reserved]

XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

____ (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.

XX (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).

____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)).

____ (ii) Alternate I (Nov 2016) of 52.219-9.

____ (iii) Alternate II (Nov 2016) of 52.219-9.

____ (iv) Alternate III (Nov 2016) of 52.219-9.

____ (v) Alternate IV (Aug 2018) of 52.219-9.

____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

XX (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).

____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

Page 43:   · Web view(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

N0018919Q0207

Page 43 of 79

XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).

____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

____(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).

XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

XX (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

____ (ii) Alternate I (Feb 1999) of 52.222-26. XX (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). ____ (ii) Alternate I (July 2014) of 52.222-35. XX (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). ____ (ii) Alternate I (July 2014) of 52.222-36.

XX (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

XX (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

XX (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (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 (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

____ (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).

____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).

____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

Page 44:   · Web view(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

N0018919Q0207

Page 44 of 79

____ (ii) Alternate I (OCT 2015) of 52.223-13.

____ (39)(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.

____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

____ (ii) Alternate I (Jun 2014) of 52.223-16.

XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).

____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).

____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

____ (ii) Alternate I (JAN 2017) of 52.224-3.

____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

____ (47) (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.

____ (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

XX (49) 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).

____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

Page 45:   · Web view(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

N0018919Q0207

Page 45 of 79

XX (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332).

____ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332).

____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).

____ (60)(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. ____ (iii) Alternate II (Feb 2006) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

XX (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

XX (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

XX (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

XX (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).

XX(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).

XX (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

(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.

Page 46:   · Web view(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

N0018919Q0207

Page 46 of 79

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 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.

(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

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

(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

(xi) 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.

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).

(xiii) XX (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (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).(xiv) 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 47:   · Web view(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

N0018919Q0207

Page 47 of 79

(xv) 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)

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

(xvii)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).(B) Alternate I (JAN 2017) of 52.224-3.

(xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 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.

(xxii) 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)

52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 5 inbound shipments, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor -

(1) Any order for a single item in excess of 1 shipment;;

(2) Any order for a combination of items in excess of 2 shipments; or

(3) A series of orders from the same ordering office within two days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within

Page 48:   · Web view(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

N0018919Q0207

Page 48 of 79

three (3) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-21 REQUIREMENTS (OCT 1995)

(a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule.

(d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.

(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.

(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 90 days.

(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 1 day.

(End of clause)

Page 49:   · Web view(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

N0018919Q0207

Page 49 of 79

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day 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 66 months.(End of clause)

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Calvert County

Labor Category Government Equivalent

Monetary Wage Fringe Benefit

Truck Driver Heavy WG-8 $21.38 $7.75Truck Driver Medium WG-7 $18.28 $6.63

Forklift Operator WG-5 $19.64 $7.12Warehouse Specialist WG-5 $19.64 $7.12

Material Handling Laborer WG-2 $13.83 $5.01Shipping Packer WG-4 $18.05 $6.54

Truck Driver Heavy WG-8 $21.38 $7.75

St. Mary’s CountyLabor Category Government

EquivalentMonetary Wage Fringe Benefit

Truck Driver Heavy WG-8 $19.95 $7.23Truck Driver Medium WG-7 $17.90 $6.49

Forklift Operator WG-5 $18.02 $6.53Warehouse Specialist WG-5 $18.02 $6.53

Material Handling Laborer WG-2 $14.84 $5.38Shipping Packer WG-4 $18.26 $6.62

Truck Driver Heavy WG-8 $19.95 $7.23

(End of clause)

Page 50:   · Web view(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

N0018919Q0207

Page 50 of 79

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

(a) Definitions. As used in this clause--

Driving—

(1) Means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise.

(2) Does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary.

Text messaging means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park.

(b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging while Driving, dated October 1, 2009.

(c) The Contractor is encouraged to--

(1) Adopt and enforce policies that ban text messaging while driving--

(i) Company-owned or -rented vehicles or Government-owned vehicles; or

(ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government.

(2) Conduct initiatives in a manner commensurate with the size of the business, such as--

(i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and

(ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving.

(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts that exceed the micro-purchase threshold.

(End of clause)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

Page 51:   · Web view(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

N0018919Q0207

Page 51 of 79

(End of clause)

ADDENDUM FAR 52.232-18

Pursuant to FAR clause 52.232-18, funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds can be found at the following: https://www.navsup.navy.mil/public/navsup/flcn/contracting/

CLAUSES INCORPORATED BY FULL TEXT

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

Caitlin King1968 Gilbert Street, Norfolk, VA 23511757-443-1324

(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)

52.247-2 PERMITS, AUTHORITIES, OR FRANCHISES (JAN 1997)

(a) The offeror does ( ) , does not ( ) , hold authorization from the Federal Highway Administration (FHWA) or other cognizant regulatory body. If authorization is held, it is as follows:

-----------------------------------------------------------------------

(Name of regulatory body)

-----------------------------------------------------------------------

(Authorization No.)

(b) The offeror shall furnish to the Government, if requested, copies of the authorization before moving the material under any contract awarded. In addition, the offeror shall, at the offeror's expense, obtain and maintain any permits, franchises, licenses, and other authorities issued by State and local governments.

(End of clause)

Page 52:   · Web view(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

N0018919Q0207

Page 52 of 79

52.247-23 CONTRACTOR LIABILITY FOR LOSS OF AND/OR DAMAGE TO HOUSEHOLD GOODS (JAN 1991)

(a) Except when loss and/or damage arise out of causes beyond the control and without the fault or negligence of the Contractor, the Contractor shall be liable to the owner for the loss of and/or damage to any article while being--

(1) Packed, picked up, loaded, transported, delivered, unloaded, or unpacked;

(2) Stored in transit; or

(3) Serviced (appliances, etc.) by a third person hired by the Contractor to perform the servicing.

(b) The Contractor shall be liable for loss and/or damage discovered by the owner if written notice of such loss and/or damage is dispatched to the Contractor not later than 75 days following the date of delivery.

(c) The Contractor shall indemnify the owner of the goods at a rate of      cents per pound per article.

(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):

FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(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):

FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(End of clause)

252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

(a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.

Page 53:   · Web view(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

N0018919Q0207

Page 53 of 79

(b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2.

(End of provision)

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)

(a) Definitions. As used in this provision--

Controlled technical information, covered contractor information system, covered defense information, cyber incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012 shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2))-- (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations'' (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shallsubmit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of— (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract.

(End of provision)

252.216-7006 ORDERING (MAY 2011)

Page 54:   · Web view(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

N0018919Q0207

Page 54 of 79

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 01 June 2019 through 31 May 2020 (or later in accordance with option exercise). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause)

252.247-7010 SCOPE OF CONTRACT (DEC 1991)

(a) The Contractor shall furnish services and materials for the preparation of personal property (including servicing of appliances) for movement or storage, drayage and related services. Unless otherwise indicated in the Schedule, the Contractor shall --

(1) Furnish all materials except Government-owned containers (Federal Specification PPP-B-580), all equipment, plant and labor; and

(2) Perform all work in accomplishing containerization of personal property for overseas or domestic movement or storage, including --

(i) Stenciling;

(ii) Cooperage;

(iii) Drayage of personal property in connection with other services;

(iv) Decontainerization of inbound shipments of personal property; and

(v) The handling of shipments into and out of the Contractor's facility.

(b) Excluded from the scope of this contract is the furnishing of like services or materials which are provided incident to complete movement of personal property when purchased by the Through Government Bill of Lading or other method/mode of shipment or property to be moved under the Do-It-Yourself moving program or otherwise moved by the owner.

252.247-7011 PERIOD OF CONTRACT. (OCT 2001)

Page 55:   · Web view(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

N0018919Q0207

Page 55 of 79

(a) This contract begins 01 June 2019 and ends 31 May 2020 (or later in accordance with option exercise), both dates inclusive. Any work ordered before, and not completed by the expiration date shall be governed by the terms of this contract.

(b) The Government will not place new orders under this contract that require that performance commence more than 15 days after the expiration date.

(c) The Government may place orders required for the completion of services (for shipments in the Contractor's possession) for 180 days past the expiration date.

(End of clause)

252.247-7012 ORDERING LIMITATION (DEC 1991)

(a) The Government will place orders for items of supplies or services with the contractor awarded the initial contract to the extent of the contractor's guaranteed maximum daily capability. However, the contractor may accept an additional quantity in excess of its capability to accommodate a single order.

(b) Orders for additional requirements will be placed in a like manner with the next higher contractor to the extent of its guaranteed maximum daily capability. The Government will repeat this procedure until its total daily requirement is fulfilled.

(c) In the event the procedure in paragraphs (a) and (b) does not fulfill the Government's total daily requirement, the Government may offer additional orders under the contract to contractors without regard to their guaranteed maximum daily capability.

252.247-7016 CONTRACTOR LIABILITY FOR LOSS OR DAMAGE (DEC 1991) (a) Definitions.

As used in this clause --

"Article" means any shipping piece or package and its contents.

"Schedule" means the level of service for which specific types of traffic apply as described in DoD 4500.34-R, Personal Property Traffic Management Regulation.

(b) For shipments picked up under Schedule I, Outbound Services, or delivered under Schedule II, Inbound Services --

(1) If notified within one year after delivery that the owner has discovered loss or damage to the owner's property, the Contractor agrees to indemnify the Government for loss or damage to the property which arises from any cause while it is in the Contractor's possession. The Contractor's liability is --

(i) "Non-negligent damage." For any cause, other than the Contractor's negligence, indemnification shall be at a rate not to exceed sixty cents per pound per article.

(ii) "Negligent damage." When loss or damage is caused by the negligence of the Contractor, the liability is for the full cost of satisfactory repair or for the current replacement value of the article.

(2) The Contractor shall make prompt payment to the owner of the property for any loss or damage for which the Contractor is liable.

Page 56:   · Web view(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

N0018919Q0207

Page 56 of 79

(3) In the absence of evidence or supporting documentation which places liability on a carrier or another contractor, the destination contractor shall be presumed to be liable for the loss or damage, if timely notified.

(c) For shipments picked up or delivered under Schedule III, Intra-City and Intra-Area --

(1) If notified of loss or damage within 75 days following delivery, the Contractor agrees to indemnify the Government for loss or damage to the owner's property.

(2) The Contractor's liability shall be for the full cost of satisfactory repair, or for the current replacement value of the article less depreciation, up to a maximum liability of $1.25 per pound times the net weight of the shipment.

(3) The Contractor has full salvage rights to damaged items which are not repairable and for which the Government has received compensation at replacement value.

252.247-7017 ERRONEOUS SHIPMENTS (DEC 1991) (a) The Contractor shall --

(1) Forward to the rightful owner, articles of personal property inadvertently packed with goods of other than the rightful owner.

(2) Ensure that all shipments are stenciled correctly. When a shipment is sent to an incorrect address due to incorrect stenciling by the Contractor, the Contractor shall forward it to its rightful owner.

(3) Deliver to the designated air or surface terminal all pieces of a shipment, in one lot, at the same time. The Contractor shall forward to the owner any pieces of one lot not included in delivery, and remaining at its facility after departure of the original shipment.

(b) Forwarding under paragraph (a) shall be --

(1) With the least possible delay;

(2) By a mode of transportation selected by the Contracting Officer; and

(3) At the Contractor's expense.

LIMIT ON TOTAL ORDERSLIMIT ON TOTAL ORDERS (REQUIREMENTS CONTRACTS) (SEP 2015)

The limit on total orders under this contract is the total estimated dollar amount of the contract, as awarded.

COMMUNICATIONSCOMMUNICATIONS DURING THE LIFE OF THE CONTRACT (SEP 2015)

(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the “Changes” clause of this contract.

(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.

Page 57:   · Web view(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

N0018919Q0207

Page 57 of 79

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer’s. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Principal Contracting Officer is:

Caitlin King1968 Gilbert Street, Norfolk, VA 23511757-443-1324

CONTRACT ADMINISTRATIONIn order to expedite administration of this contract/order, the following delineation of duties is provided including the names, addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contacted for any questions, clarifications or information regarding the functions assigned.1. PROCURING CONTRACTING OFFICER (PCO) is responsible for:

a. All pre-award information, questions, or data;b. Freedom of Information inquiries;c. Change/question/information regarding the scope, terms or conditions of the basic contract document; and/ord. Arranging the post award conference (See FAR 42.503).

Name: Caitlin King Address: NAVSUP FLC NORFOLK 1968 Gilbert Street Suite 600 Norfolk, VA 23511 Phone: (757) 443-1324

2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 and DFARS 242.302 except in those areas otherwise designated herein.

Name: David Crouch Address: NAVSUP FLC Norfolk 1968 Gilbert Street, Suite 600 Norfolk, VA 23511-3392 Phone: (757) 443-1397

3. DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approval of invoices and final audit of the contract prior to final payment to the contractor.

Name: N/A Address: ------------------------------------------ ------------------------------------------- ------------------------------------------- Phone: -------------------------------------------

4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented. The contractor shall submit invoices to the ordering office and provide the mailin address, email address, and fax number of the responsible ordering office and submit proper invoices and payment requests to the following payment office.

Page 58:   · Web view(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

N0018919Q0207

Page 58 of 79

Name: The third Party Payment System See Attached Payment Details Within as Specified

5. CONTRACTING OFFICERS REPRESENTATIVE (COR) is responsible for:a. Liaison with personnel at the Government installation and the contractor personnel on site;b. Technical advice/recommendations/clarification on the statement of work;c. The statement of work for delivery/task orders placed under this contract.d. An independent government estimate of the effort described in the definitized statement of work;e. Quality assurance of services performed and acceptance of the services or deliverables;f. Government furnished property;g. Security requirements on Government installation;h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Task order; and/ori. Certification of invoice for payment.

NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the delivery/task order; or until the issue has otherwise been resolved. THE COR IS NOT AN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT OR DELIVERY/TASK ORDER.

COR Name: TO BE COMPLETED AT TIME OF AWARD Address: -------------------------------------------- -------------------------------------------- -------------------------------------------- Phone: --------------------------------------------

In the event that the COR named above is absent due to leave, illness, or official business, all responsibilities and functions assigned to the COR will be the responsibility of the alternate COR listed below:

ACOR Name: TO BE COMPLETED AT TIME OF AWARD Address: ------------------------------------------- ------------------------------------------- ------------------------------------------- Phone: -------------------------------------------

6. TECHNICAL ASSISTANT, if assigned by the requiring activity, is responsible for providing technical assistance and support to the COR in contract administration by:

a. Identifying contractor deficiencies to the COR;b. Reviewing contract/delivery/task order deliverables and recommending acceptance/rejection of deliverables;c. Identifying contractor noncompliance of reporting requirements; d. Evaluating contractor proposals for specific contracts/orders and identifying areas of concern affecting negotiations;e. Reviewing contractor reports providing recommendations for acceptance/rejection;f. Reviewing invoices for appropriateness of costs and providing recommendations to facilitate certification of the invoice;g. Providing COR with timely input regarding the SOW, technical direction to the contractor and recommending corrective actions; andh. Providing written reports to the COR as required concerning trips, meetings or conversations with the contractor.

Page 59:   · Web view(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

N0018919Q0207

Page 59 of 79

Name: N/A Address: ------------------------------------------------ ------------------------------------------------ ------------------------------------------------ Phone: ------------------------------------------------

7. ORDERING OFFICER is responsible for:a. Requesting, obtaining, and evaluating proposals for orders to be issued;b. Determining the estimated cost of the order is fair and reasonable for the effort proposed;c. Obligating the funds by issuance of the delivery/task order;d. Authorization for use of overtime;e. Authorization to begin performance; and/orf. Monitoring of total cost of delivery/task orders issued.

The following limitations/restrictions are placed on the Ordering Officer: a. Type of order issued is limited by this contract to ------------------- pricing arrangements; b. No order shall be placed in excess of $------------------ without the prior approval of the PCO; and/or c. No order shall be placed with delivery requirements in excess of ------------------------.

Address: NAVSUP FLC NORFOLK 1968 Gilbert Street Suite 600 Norfolk, VA 23511

(End of text)

CONTRACT VALUEThe maximum contract value for this requirement is $2,000,000.00.

PERFORMANCE WORK STATEMENT

PERFORMANCE WORK STATEMENTFOR PACKING, CONTAINERIZATION AND

LOCAL DRAYAGE OF PERSONAL PROPERTY SHIPMENTS

1. GENERAL REQUIREMENTS

1.1 Scope of Work. The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials, except as specified herein as government-furnished, for the preparation of the personal property of Department of Defense (DOD) personnel for shipment and/or storage and related services through the DPM. Work to be performed will be those services in the Schedules awarded to the contractor as outlined in individual Contract Line Item Number (CLIN) items. The table in Part 5 shows which tasks normally apply to each type of move. Specific requirements for each task are described below. If specific instructions or requirements are not provided, commercial standards of services and best business practices are acceptable. Performance shall be according to the standards contained herein and the directives listed in Part 6.

Place of Performance. The contract areas of performance include the following:

Area I Schedule I (Outbound), Schedule II (Inbound) and Schedule II (Intra-City)

Maryland counties of Calvert, and St. Mary’s.

Page 60:   · Web view(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

N0018919Q0207

Page 60 of 79

1.2 Personnel. The contractor shall furnish adequate supervision, labor, materials, supplies, and equipment necessary to perform all the services contemplated under this contract. The contractor's office shall be staffed at all times during normal working hours with personnel authorized to book shipments and arrange for services under the contract. All contractors shall have available an English reading, speaking, and writing employee at all times during packing and unpacking services.

1.3 Materials. The contractor will provide boxes, cartons, mattress cartons and/or plastic bags (plastic bags may only be used when a direct delivery address has been designated by the origin PPSO), tape, labels, packing lists, filler material, paper pads, wrapping, and any other type material to ensure proper packing for damage free movement. All materials will be new or in sound condition. All previous markings pertaining to any previous shipment will be completely obliterated and all material will be free of any substance injurious to the articles being packed and to the customer. New material will be used for packing mattresses, box springs, linens, bedding, and clothing. Plastic mattress shipping bags will not be used for shipments being consigned to long term NTS.

1.4 Quality Control and Assurance.

1.4.1 Quality Control. The contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. One copy of the contractor's quality control plan shall be provided to the contracting officer as part of the proposal submission.

1.4.2 Quality Assurance. The contractor will provide monthly metrics measuring the Service Delivery Summary Performance Threshold (CDRL 0012). These statistics will be used in the monthly evaluation of the contractor and also as a part of the annual performance report.

1.5 Application. This PWS contains basic instructions for the packaging, packing, tagging, inventorying, containerziation, marking, loading, storing, unpacking and inspecting of household goods and unaccompanied baggage. This PWS applies to domestic and international Direct Procurement Method (DPM) shipments. It does not apply to domestic or International Through Government Bill of Lading (ITGBL) shipments.

1.6 CONUS to OCONUS UB shipments using Air Mobility Command (AMC) aerial ports. The carrier will provide the actual weight and cube of each shipment after pickup to the ordering officer prior to the PPGBL/BL being produced. Information must be provided within 2 days after pickup.

1.7 Documentation and Reports. The contractor will ensure all the documentation performed by the contractor will be accurate and legible. All invoices submitted for billing to the ordering officer will be complete and display a detailed and accurate account of services performed.

2. DEFINITIONS/ACRNOYMS

Acronym Meaning Acronym MeaningAMC Air Mobility Command MSL Military Shipping LabelBL Bill of Lading NCWT Net Hundredweight

BLOC Bill of Lading Office Code NTS Nontemporary StorageCD Contractor Disassembled OCONUS Outside Continental United States

CDRL Contract Data Requirements List PBP&E Professional Books, Papers, and Equipment

CLIN Contract Line Item Number PBO Packed by OwnerCONUS Continental United States POD Port of Debarkation

CP Carrier Packed POE Port of EmbarkationCPPSO Consolidated Personal Property Shipping

OfficePOF Privately Owned Firearms

CU Cube PPGBL/BL Personal Property Government Bill of Lading/Bill of Lading

CW Containerized Warehouse PPPO Personal Property Processing Office

Page 61:   · Web view(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

N0018919Q0207

Page 61 of 79

CWT Hundredweight PPSO Personal Property Shipping OfficeDBO Disassembled by Owner PRO Pro-Gear (Professional Books, Paper, and

Equipment)DD Form Department of Defense Form QAE Quality Assurance Evaluator

DPM Direct Procurement Method RDD Required Delivery DateDTR Defense Transportation Regulation SDDC Military Surface Deployment and

Distribution CommandFAR Federal Acquisition Regulation SDS Service Delivery Summary

GCWT Gross Hundredweight SF Standard FormGOC Government-Owned Container SOW Statement of WorkHHG Household Goods TCMD Transportation Control Movement

DocumentITGBL International Through Government Bill of

LadingTCN Transportation Control Number

JPPSO Joint Personal Property Shipping Office TGBL Through Government Bill of LadingJTR Joint Travel Regulations TP No. Transportation Priority NumberMSC Military Sealift Command UB Unaccompanied Baggage

This part defines words and terms commonly used in this performance work statement.

2.1 Bluebark. United States military personnel, United States citizen civilian employees of the Department of Defense, and the dependents of both categories who travel in connection with the death of an immediate family member. It also applies to designated escorts for dependents of deceased military members. Furthermore, the term is used to designate the personal property shipment of a deceased member.

2.2 Call number or Lot number. A locally assigned control number provided by the ordering activity when a requirement for services is placed with the contractor. For inbound shipments, the number is normally assigned when the Personal Property Shipping Officer receives the freight bill or written receiving notice from the contractor. For outbound or local drayage shipments, the number is normally assigned at the time the order is placed with the contractor.

2.3 Complete Service. The rate bid per each item includes all related services, such as long carry, stairs, elevators, excessive distances, extra pickup, extra delivery, etc., necessary to perform the complete pickup and delivery of the personal property shipment.

2.4 Containerization. The use of containers to unitize cargo for transportation, supply, and storage. Containerization incorporates supply, transportation, packaging, storage, and security together with visibility of container and its contents into a distribution system from source to user.

2.5 Contracting Officer. The Service member or Department of Defense civilian with the legal authority to enter into, administer, modify, and/or terminate contracts.

2.6 Direct Procurement Method (DPM). A method of shipment in which the Government manages the shipment throughout. Packing, containerization, local drayage, delivery, unpacking, storage, and related services are obtained from commercial firms under a contractual arrangement or by the use of Government facilities and employees.

2.7 Drayage. a. Schedule I - Drayage included applies in those instances when a shipment requires drayage to an air, water, or other terminal for onward movement after completion of the shipment preparation by the contractor. If it is being moved from a residence or other pickup point to the contractor’s warehouse for onward movement by another freight company, carrier, drayage not included applies.

Page 62:   · Web view(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

N0018919Q0207

Page 62 of 79

b. Schedule II - Drayage included means delivery of the shipment from destination contractor’s facility or other destination point to the final delivery point as ordered. When shipment or partial removal of items from shipment is performed and prepared for customer’s pickup at destination delivery point, drayage not included applies.

2.8 Employee. A civilian individual:a. Employed by an Agency (See Agency), regardless of status or grade.b. Employed intermittently as an expert or consultant and paid on a daily, while actually employed, basis.c. Serving without pay or at $1 a year (5 U.S.C. § 5701(2), Definitions) (also referred to as “invitational traveler” for temporary duty travel purposes only).

2.9 Government-Owned Containers (GOCs). Government-Owned Containers (GOC) include all exterior wooden shipping containers purchased by the Government or constructed by the contractor for services under a contract. GOCs include containers meeting the requirements of American Society for Testing and Materials (ASTM) D4169-01, Standard Practice for Performance Testing of Shipping Containers and Systems, ASTM D5118/D5118M-95, Standard Practice for Fabrication of Fiberboard Shipping Boxes, ASTM D6251/D6251M-01, Standard Specification for Wood-Cleated Panelboard Shipping Boxes, and Military Surface Deployment and Distribution Command Pamphlet 55-12. GOCs include all wooden exterior-shipping containers purchased by the Government and received by the contractor awarded those services identified in Schedule II, Inbound Services.

2.10 GCWT. Code to designate gross hundredweight.

2.11 Household Goods. See the Joint Federal Travel Regulations, Appendix A (http://www.defensetravel.dod.mil/site/travelreg.cfm) for uniformed members and the Joint Travel Regulations, Appendix A (http://www.defensetravel.dod.mil/site/travelreg.cfm) for Department of Defense civilian employees for definitions of household goods.

2.12 International. The movement of household goods or unaccompanied baggage between a point in the Continental United States and a point in an overseas area.

2.13 Intertheater. The movement of household goods or unaccompanied baggage between one overseas theater and another overseas theater.

2.14 Intratheater. The movement of household goods or unaccompanied baggage within one overseas theater.

2.15 Issuing Officer. Only authorized or acting Personal Property Shipping Offices may issue Personal Property Bills of Lading. Such authorized persons may be military personnel or civilian employees of the government on duty at the issuing office. As stated in 41 CFR §101-41.302-4, accountability for Personal Property Bills of Ladings used by a contractor-shipper remains with the issuing office. The name and title of the issuing officer and the name and address of the issuing office, rather than those of the contractor-shipper must appear on the Personal Property Bills of Lading.

2.16 Item or Article. The terms item and article used in this Regulation are interchangeable. Each shipping piece or package and the contents constitute one item.

2.17 Lot number. See call number.

2.18 Member. A commissioned officer, commissioned warrant officer, warrant officer, and enlisted person,including a retired person, of the Uniformed Services.

NOTE: “Retired person” includes members of the Fleet Reserve and Fleet Marine CorpsReserve who are in receipt of retainer pay.)

2.19 Member/Employee. Any member of the Government’s uniformed or civilian service.

2.20 Metrics. A statistical measurement of performance.

Page 63:   · Web view(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

N0018919Q0207

Page 63 of 79

2.21 NCWT. Code used to designate net hundredweight.

2.22 Outsize Air Cargo. A single item that exceeds 1,000 inches long by 117 inches wide by 105 inches high in any one dimension.

2.23. Ordering Officer. The contracting officer of a using activity or a Government individual who is appointed by the contracting officer authorized to order services under the contract.

2.24. Packaging. The processes and procedures used to protect materiel from deterioration, damage, or both. It includes cleaning, drying, preserving, packing, marking, and unitization.

2.25 Packed by Owner (PBO). Those articles packed in a container by the owner.

2.26 Packing. Assembly of packaged items into a shipping container with necessary blocking, bracing, cushioning, weatherproofing, reinforcement, and marking.

2.27 Personal Property. Household goods, unaccompanied baggage, privately-owned vehicles and mobile homes, as defined in the Joint Federal Travel Regulations and the Joint Travel Regulations.

2.28 Personal Property Shipping Officer (PPSO). The individual designated by appropriate authority to perform assigned traffic management functions at military installations or activities, regardless of whether or not that is the organizational title of the individual. For the purpose of this contract, the term PPSO includes representatives designated to order the services required and to inspect and evaluate those services performed by the contractor for acceptance or rejection.

2.29 Professional Books, Papers, and Equipment for Member/Employee. (Also called PRO or PRO-Gear.) Articles of household goods in a Customer’s possession needed for the performance of official duties at the next or a later destination. Examples of Professional Books, Papers, and Equipment include:

a. The following items are considered PBP&E/Pro-Gear: (1) Reference material. (2) Instruments, tools, and equipment peculiar to technicians, mechanics, and members of the professions. (3) Specialized clothing such as diving suits, flying suits; astronaut’s suits, flying suits and helmets, band uniforms, chaplain’s vestments, and other specialized apparel not normal or usual uniform or clothing. (4) Communications equipment used by a member in association with the Military Affiliated Radio System. (5) Individually owned or specially issued field clothing and equipment. (6) Government-or uniformed service-owned accountable Organizational Clothing and Individual Clothing property issued to the employee or member by the Service/DOD COMPONENT for official use.

NOTE: Excluded from PBP&E/Pro-Gear are: (a) Commercial products for sale/resale used in conducting business, (b) Sports equipment, (c) Office furniture, (d) Household furniture, (e) Shop fixtures, (f) Furniture of any kind even though used In Connection With (ICW) the PBP&E (e.g., bookcases, study/computer desks, file cabinets, and racks), (g) Personal computer equipment and peripheral devices, (h) Memorabilia including awards, plaques or other objects presented for past performance, (includes any type of going away gifts, office decorations, pictures, etc.)

Page 64:   · Web view(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

N0018919Q0207

Page 64 of 79

(i) Table service including flatware (including serving pieces), dishes (including serving pieces, salvers and their heating units), other utensils, and glassware.

Other items of a professional nature that are not necessary at the next/subsequent PDS, such as text books from previous schools unrelated to future duties, personal books, even if used as part of a past professional reading program or course of instruction and reference material that ordinarily would be available at the next/subsequent PDS either in hard copy or available on the Internet.

2.30 Pro Number. The abbreviation of the word progressive and is usually prefixed to an agent’s recordnumbers on freight bills.

2.31 Quality Assurance Evaluator (QAE). Representative of PPSO, who has been appointed as a QAE, who is responsible for providing technical assistance to the contracting officer in administration of the contract. The QAE must be responsible for inspection and acceptance of materials and services rendered by the contractor.

2.32 Residence. Normally considered to be the home, barracks, or other dwelling of the Service/Agency member.

2.33 Unaccompanied baggage. (See the Joint Federal Travel Regulations and the Joint Travel Regulations,Appendices A for complete definition.) That portion of the member’s/employee’s authorized weightallowance of personal property that is not transported free on a ticket used for personal travel and which isshipped separately from the bulk of the household goods. This shipment may be shipped by the expeditedtransportation mode. Examples are: personal clothing; professional books and equipment needed onarrival for performance of official duties; pots, pans, linens, and other light housekeeping items;collapsible cribs, playpens and baby carriages; small radios, portable televisions and small tape recorders;special equipment required for patients; and other items required for the health, comfort, and morale ofthe member/employee. (In addition, refer to individual Service/Agency Regulations for specificdefinition of unaccompanied baggage.)

2.34 Issuing Officer. Only authorized or acting Personal Property Shipping Offices may issue PersonalProperty Bills of Lading. Such authorized persons may be military personnel or civilian employees of thegovernment on duty at the issuing office. As stated in 41 CFR §101-41.302-4, accountability for PersonalProperty Bills of Ladings used by a contractor-shipper remains with the issuing office. The name and titleof the issuing officer and the name and address of the issuing office, rather than those of the contractorshippermust appear on the Personal Property Bills of Lading.

3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES

3. 1 The Government shall furnish the items listed below:

a. Government-Owned Containers (GOCs)

b. DD Form 1796, Receipt of Unaccompanied Baggage

c. DD Form 1299, Application for Shipment and/or Storage of Personal Property, with special order and customs forms

d. DD Form 1384, Transportation Control and Movement Document (TCMD).

3.2 The title to all HHG Type II wooden containers, crates or metal shipping boxes furnished by the Government shall remain the property of the Government.

3.3 Return of Excess Government-Furnished Property. Upon expiration of the contract, the contractor shall return unused Government-furnished forms and supplies to the ordering officer. Returned forms and supplies are to be in good reusable condition.

Page 65:   · Web view(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

N0018919Q0207

Page 65 of 79

4. CONTRACTOR FURNISHED ITEMS

Except as provided in Part 3, the contractor is responsible for furnishing all the supplies, materials, and equipment needed to perform the tasks called for in this Performance Work Statement. All contractor-furnished containers become Government property upon their use in Schedule I Outbound, and Schedule II, Inbound. Containers and packing materials provided by the contractor in intra-city or intra-area moves shall remain the property of the contractor. The contractor is required to order and maintain the mandatory specifications listed in Part 6.

5. SPECIFIC TASKS

Tasks and Standards. The contractor shall perform those services awarded in the schedule to meet the requirements of the tasks stated in this part based on the type of move. Tasks by type of move are reflected in the following chart showing which tasks normally apply to each type of move. Specific requirements for each task are described below. If specific instructions or requirements are not provided, the best available and customarily used commercial practices are acceptable.

TASK OUTBOUND HHG

OUTBOUND UB

INBOUND HHG

INBOUND UB

LOCAL MOVES

Premove Survey X XWeighing X X X X XTime Requirements X X X X XPreparation, Packing, Loading, and Containerization

X X X

Tagging, Inventorying, and Packing List X X XAppliance Servicing and Unservicing X X X X XContainers and Vehicles X X X X XMarking Exterior Shipping Containers X XStorage X X X XFacilities X X X XCargo Insurance X X X X XDPM Delivery, Unloading, and Unpacking X X X X XClaims X X X X X

5.1 Premove Survey. The contractor will determine the nature of personal property offered for shipment either by physical inspection or telephone survey with the customer. The survey will be conducted at a time and date mutually agreed upon between the contractor and the customer. Any pack/pickup date changes will be coordinated with the ordering officer.

5.2 Weighing.

5.2.1 The gross, tare, and net weight of all shipments shall be determined through use of scales properly certified by a state inspector of weights and measures in accordance with the regulations of the state or district having legal jurisdiction over the scales. Personnel designated to operate scales shall be licensed or otherwise qualified as weigh masters if required by the state, commonwealth, or district. When a metric scale is utilized, the contractor will use 1 kilogram per 2.2 pounds for conversion.

5.2.2 When scales are not available or their use is not practical, the application of a constructive weight of 7 pounds per cubic foot will be used provided prior written approval is obtained from the ordering officer. (See paragraph 5.2.11 for constructive weight of PBP&E.)

5.2.3 When PBP&E are included as part of the shipment, the weight of each item individually described on the inventory shall be entered on the same line of the inventory next to the description. The total weight of such articles shall be annotated separately on the inventory and packing list. The PBP&E weight will be obtained using bathroom or platform type scales. If it is not possible or practical for the contractor to weigh the items at the time of packing

Page 66:   · Web view(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

N0018919Q0207

Page 66 of 79

and pickup, and there is no cube indicated on the inventory, a constructive weight of 7 pounds per cubic foot will be used for PBP&E.

5.2.4 The contractor shall submit weight tickets, reflecting gross, tare and net weight, in duplicate, properly certified in accordance with federal, state, commonwealth or district regulations to the ordering officer with documentation. (Contract Data Requirements List [CDRL] 0002)

5.2.5 The weight tickets shall contain the name and address of the weighing station, the date, name of contractor, van or trailer number, name of customer, call number assigned by the ordering officer, and signature of the weigh master.

5.2.6 For inbound personal property shipments , the contractor shall bill on the origin net weights obtained from the Personal Property Government Bill of Lading/Bill of Lading (PPGBL/BL) or other movement document and need not submit a weight certificate, unless a reweigh is ordered. When a reweigh is ordered, the contractor should bill on the reweigh weight.

5.2.7 If the PPGBL, movement document, or container does not reflect the net weight for inbound shipments ( or if the PPGBL/BL is unavailable at destination, the contractor shall bill on origin gross weights obtained for the PPGBL/BL, or other available sources, such as containers or supporting documentation. The contractor is required to use all means available (containers, supporting documentation) to obtain a net weight prior to submitting the bill. If the bill is submitted on origin gross weight, the contractor is paid for the gross weight based on the net weight bid price.

5.2.8 The contractor shall perform reweigh services when ordered. The reweigh will normally be requested at the time the delivery order is placed and shall be performed in accordance with instructions set forth in paragraph 5.2.1. When so advised by the ordering officer, a designated representative of the ordering officer or the customer shall be permitted to accompany, in a separate conveyance, the contractor to witness the reweigh. This would be at no extra charge and the contractor would not provide the separate conveyance.

5.2.9 When a reweigh is ordered, the contractor will furnish the ordering officer weight tickets in duplicate within 7 workdays of completion of the service.

5.2.10 When the weighing of a shipment at origin is witnessed by the Personal Property Shipping Office (PPSO), the back of all copies of the weight ticket will be annotated with the statement “weight observed” and verified by the signature of the PPSO. The number 7 copy of the PPGBL/BL (property received copy) will be similarly annotated prior to mailing to the destination PPSO. When computer-generated PPGBL/BLs are used, the copy going to the destination PPSO will be annotated.

5.2.11 Billing Procedures. For Continental United States (CONUS) activities, to include Hawaii and Alaska, shipments are payable on the basis of 100-pound minimum weight for unaccompanied baggage (UB) and a 500-pound minimum weight for household goods (HHG), net or gross weight, as indicated in the bid item. For overseas activities, excluding Hawaii and Alaska, shipments are payable on the actual net weight shipped.

5.2.12 Actual pieces, weight, and cube of UB shipments will be provided to the Transportation Office (TO)/PPSO prior to the issuance of the PPGBL/BL.

5.3 Time Requirements

5.3.1 The ordering officer will normally give the contractor notice to commence services ordered herein at least 1 full workday prior to date specified. Oral orders will be confirmed in writing within 2 workdays following order acceptance by the contractor. The contractor will be available to receive orders between the hours of 0800 and 1700. Upon the request of the ordering officer or member, the contractor shall provide information as to whether the service will be performed between the hours of 0800 to 1200 hours or between the hours of 1200 to 1700 hours, based upon the best information available.

Page 67:   · Web view(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

N0018919Q0207

Page 67 of 79

5.3.2. In unusual situations, it may be necessary for the ordering officer to direct performance of services at specified times or days. When services are ordered for other than normal duty days and hours, then overtime charges are applicable under Item 1014 (2014, 3014, 4014, 5014, 6014), Additional Services.

5.3.3 The contractor shall not begin pickup or delivery services at a customer’s residence before 0800 or after 1700 hours without prior approval of the ordering officer and the customer. The contractor shall not begin any service than will not allow completion by 2100 hours without approval by the ordering officer and the customer by 1630 hours of the scheduled date. When services cannot be completed on the schedule date, the contracotr will notify the ordering officer and the customer. In case of an approved suspension of operations, the contractor will assure his/her return the next workday at 0800 hours to complete the services.

5.3.4 If containerization is ordered at the contractor’s facility, the HHG or UB will be picked up on the date and within the hours specified Unless a longer period is authorized by the ordering officer, the maximum containerization time allowed at the contractor’s facility shall be 3 workdays following the specified pickup date for HHG and 2 workdays following the specified pickup date for UB.

5.3.5 The contractor shall accept from commercial carriers and pickup from commercial, air, water, and military terminals inbound shipments of HHG or UB. The contractor shall notify the ordering officer upon arrival of a shipment but no later than 1200 hours of the next workday. Delivery shall be effected within 3 workdays following date of the contractor’s arrival notification unless otherwise specified. For shipments in storage, the contractor shall effect delivery to residence within 3 workdays following notification for delivery by the ordering officer (e.g., if the ordering officer calls on Monday, the personal property will be delivered on or before Thursday). The contractor shall not deviate from specified delivery date unless approved by the ordering officer.

5.4 Preparation, Packing, Loading, and Containerization

5.4.1 Personal property will be prepared, packed, loaded, and containerized for all types of shipments destined for the CONUS or Outside CONUS (OCONUS). It is the contractor’s responsibility to coordinate with the ordering officer container size and configuration for each mode of shipment prior to packing containers.

5.4.2 The contractor will perform all preparation and packing in a manner requiring the least cubic measurement, producing packages that withstand normal movement without damage to the container or contents and at a minimum of weight. All shipments will be protected from the elements (rain, snow, or sun) and theft at all times.

5.4.2.1 Items of unusual nature may require disassembly service by a third party. The contractor will not arrange for third-party servicing without the authorization of the ordering officer. The charges for third-party service will be billed by the contractor as a separate charge on the invoice and supported with two copies of the third-party company’s invoice. Examples of such items are shranks, wall units, grandfather clocks, and grand pianos.

5.4.2.2 The contractor shall not be required to disassemble swing sets, outdoor recreation equipment, television and radio antennas, and similar articles. The customer shalle disassemble these items. Items disassembled by the customer shall be shown in the remarks section of the inventory as Disassembled by the Owner (DBO).

5.4.3 Customer-Packed Items. The contractor will inspect and repack items already packed by the customer, with the exception of Schedule I, Item 1006 (2006, 3006, 4006, 5006, 6006), Outbound Service-Unaccompanied Baggage Packed by Customer, and Item 1007 (2007, 3007, 4007, 5007, 6007), Outbound Service-Unaccompanied Baggage Packed By Customer-Consolidated Shipments/Government Facility. The carrier assumes liability for whatever they pack. The carrier has the right to inspect all items and will use the appropriate carton(s) to pack all items (e.g., clothes in wardrobe boxes), thereby affording items the proper protection. PPSOs will ensure items are shipped in sealed cartons for stacking in trucks/crates and to avoid pilferage. Therefore, one of two things must occur:

5.4.3.1 The carrier packs all the contents in cartons and then stacks empty plastic totes or tubs separately for onward movement, or

Page 68:   · Web view(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

N0018919Q0207

Page 68 of 79

5.4.3.2 The customer provides an already-packed tote/tub and the carrier then inspects it and decides to do one of the following:

5.4.3.2.1 Empty the tote/tub and place its contents in a carton, or

5.4.3.2.2 Ship the tote/tub as is with contents (it will be the carrier’s responsibility to place the tote/tub in a proper carton or container for safe movement; tape may not be placed directly on the tote/tub).

The above decision is at the carrier’s discretion. Members/employees cannot insist that the contents must remain in the tote/tub, since the carrier assumes liability for the tote/tub and the contents.

5.4.4 Trunks and Footlockers. Trunks and footlockers may contain a properly packed quantity of HHG that is reasonable for the construction and condition of the container.

5 4.5 When the ordering officer authorizes tailgating, the load shall not extend beyond the surface of the tailgate or beyond the surface of the vehicle. The tailgated items shall be protected from inclement weather by a suitable covering.

5.4.6 Containerization. Containerization of outbound HHG and UB shall be done at the member’s/employee’s residence, unless otherwise authorized by the ordering officer. The contractor will perform all exterior containerization services as prescribed in Paragraph 5.7. for the type of articles, destination, and method of shipment designated by the ordering officer.

5.4.6.1 Firearms. When firearms are included in containerized shipments, they will be placed in the number one container in such a manner to permit easy withdrawal for inspection. Make, model, caliber or gauge, and serial number of the firearm will be listed on the inventory form (see Paragraph 5.5.3).

5.4.6.2 Boats. Boats may include, but are not limited to, the following: canoes, skiffs, light rowboats, kayaks, and sailboats. The contractor will be required to accept a boat and/or boat trailer less than 14 feet in length or over 14 feet in length (member only) but less than 500 pounds in weight from a customer. Employees are limited to domestic shipment of boats and their associated trailer that can be transported in a moving van (e.g., canoe, kayak, rowboat, or outboard/inboard motorboat [14 feet or less]). Components and boat accessories that will not fit into an American Society for Testing and Materials (ASTM) D4169-14, Standard Practice for Performance Testing of Shipping Containers and Systems or Military Surface Deployment and Distribution Command (SDDC) Pamphlet 55-12, Transportation and Travel Commercial Containers for Department of Defense Household Goods Shipments, container will be containerized IAW ASTM D6251/D6251M-011, Standard Specification for Wood-Cleated Panelboard Shipping Boxes. The customer will be responsible for any special crating or materials needed to move the boat by DPM.

5.4.7 Security Seals. All exterior HHG/UB containers and boxes, including overflow and oversize boxes and rug tubes/cartons, will be sealed with accountable seals at the member’s/employee’s residence, unless otherwise authorized by the ordering officer. Sealing will be completed prior to any movement and the seal (control) numbers entered on the inventory, cross-referencing the container number. Two seals, as a minimum, for UB, will be used per box and seals will secure the access overlap top and ends. If only two seals out of a set of four are used, the seals not used will be destroyed at the time of sealing or given to the customer. Four seals, as a minimum, on HHG, will be used per box and seals will secure the access overlap door and side panels.

5.4.8 Removal of Debris. Packing and loading at the origin will include, as a minimum, removing from the member’s/employee’s residence all empty contractor-provided containers, packing materials, and other debris accumulated incident to packing and loading unless specifically waived by the customer in writing.

5.5 Tagging, Inventorying, and Packing List.The contractor, in coordination with the customer, shall prepare an accurate, legible, HHG/UB descriptive inventory similar to Figure G1-I. The contractor will count an examine all goods tendered for shipments, receipt for them, and make written exception for any goods not in apparent good order. All tagging will be accomplished prior to removal of goods from inside of residence..

Page 69:   · Web view(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

N0018919Q0207

Page 69 of 79

5.5.1 Inventory Identification. Each carton will be marked to indicate thegeneral contents and member’s/employee’s last name. Each carton shall be tagged and inventoried as a separate inventory line item. Identify the cartons by type and cube with an indication of general contents, such as, linens, pots and pans, mirror carton, 3.5 cubic feet.

5.5.2 Inventory Symbols. The "Exception Symbols" and "Location Symbols," as shown at Figure G1-1, shall be used to describe locations and exceptions. Locations and exceptions shall be true and accurate. The omission of exception symbols shall indicate good condition except for normal wear. Describe in as much detail as possible items of furniture; for example, television sets will be identified as being either "color'' (C) or "black and white" (B&W) and console or portable. The contractor will annotate on the inventory item(s), such as TVs, stereo components, computer hardware, VCRs, and video cameras, by make, model, and serial number when these are visible on the outside of the item.

5.5.3 Each privately owned firearm will be annotated on the inventory by make, model, caliber or gauge, and serial number.

5.5.4 For PBP&E, ensure the term “PRO-GEAR (PRO)” is used to identify such articles on the inventory, together with the cube and weight of the individual carton; a line entry item for each container, such as, carton PRO 3 cubic ft., 53 lbs. These items identified by the customer, shall be separated from other items of the shipment, weighed separately, and placed in separate boxes or cartons to provide safe transportation. The symbol PRO shall be used. The total weight of the packed professional items shall be recorded on the last page of the inventory and on the packing list for outbound HHG and UB shipments.

5.5.5 Items disassembled by the contractor will be shown in the remarks section of the inventory as Contractor Disassembled (CD). Items disassembled by the customer will be shown in the remarks section of the inventory as DBO. When an article is packed in an orginal container furnished by the customer, the inventory will indicate the type of article and will be shown as Contractor Packed (CP).

5..5.6 Motorcycles, mopeds, and motorscooters shall be inventoried as one line item, listing their serial number, make, year, model, and odometer reading. For international shipments, ensure one copy of the title and/or registration is attached to all copies of the PPGBL/BL/Commercial Bill of Lading/Transportation Control and Movement Document (TCMD).

NOTE: Motorcycles and mopeds that do not conform to vehicle emissions standards and motor vehicle safety standards of the destination country cannot be shipped as part of a HHG shipment.

5.5.7 When the ordering officer permits the contractor to partially containerize a shipment at the warehouse, each item removed from the residence shall be annotated on the inventory as containerized warehouse (CW).

5.5.8 Annotate the receiving document or inventory to show any overage, shortage, and damage found, including visible damage to external shipping containers and condition of security seals each time custody of the property changes from a storage contractor (warehouse man) to the contractor or from one contractor or carrier to another. When available, use the same inventory prepared at origin to verify delivery and condition of the articles at destination

5.5.9 Removal from NTS. When the personal property is to be removed from NTS, the contractor shall obtain from the storage contractor two legible copies of the NTS inventory and in conjunction with the storage contractor, check each item of the storage lot in accordance with such inventory. If at the time each item is checked there is a difference in condition of the item from that listed on the NTS inventory, the contractor shall prepare an Exception Sheet and such differing conditions shall be noted thereon. When the contractor elects to make a new inventory, differences as to condition of individual items, as compared with the NTS inventory, shall be shown on an Exception Sheet as described above. In the event the opinions of the contractor's representative and storage contractor's representative differ as to shortages and overages or condition of an item(s), both opinions shall be listed on the exception sheet and separately identified as to source. Both parties will sign and date the Exception Sheet, each retaining a legible copy for their respective files (CDRL 0004, Exception Sheet). Such an Exception Sheet shall

Page 70:   · Web view(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

N0018919Q0207

Page 70 of 79

remain an internal industry document. In the event a claim is filed, the contractor shall provide legible copies of the Exception Sheetto the claims officer.

5.5.10 Preparation of Inventories. Inventories prepared on shipments released from NTS shall indicate the same article identification and item number as on the NTS inventory or a cross-reference shall be made on the new inventory indicating the item number and identification from the NTS inventory. The use of legible photo reproductions of the storage contractor's inventory in lieu of preparing a new inventory is permissible.

5.5.11 Identify personal property by affixing a tag or tape to each article (not applicable to individual items in packing containers). Each shipment will be separately identified by lot number. Each article shall be assigned a number that will correspond with the item number shown on the inventory form. The type of identification used and the method of affixing it to the article shall be such as not to damage any article so identified.

5.5.12 Inventory Form. The inventory form shall bear the signature of the customer, and date signed, together with the signature of the contractor's representative and date signed certifying to its accuracy and completeness.

5.5.13 The contractor will prepare the inventory in five copies for outbound HHG and UB shipments and in three copies for local drayage moves. The original and all copies will be legible and will bear the name and complete mailing address of the contractor. The original inventory will be furnished to the ordering officer, the contractor will retain one copy, and one copy will be given to the customer (CDRL 0003, Household Goods Descriptive Inventory). For HHG and UB, the contractor will place in a waterproof envelope secured to the No. 1 container: one copy of the inventory; one copy of the DD Form 1299, Application for the Shipment and/or Storage of Personal Property, Figure G-2 (Attachment 6), and if an overseas shipment, one copy of the member’s/employee’s orders and custom’s document. Additionally, for HHG, the contractor will place an envelope containing the following documents in an easily accessible location inside the No. 1 container: one copy of the packing list and Exception Sheet for shipments released from non-temporary storage (NTS). For UB shipments, the contractor will place one copy of the member’s/employee’s orders inside the carton prior to sealing. The customer will be required to furnish all the necessary copies of his or her orders.

5.5.14 Packing Lists. The packing list identified in Figure G1-2, Packing List of Household Goods (Attachment 6), or a similar format, will be used. The contracting officer will advise the contractor as to the required packing list prior to the start date of the contract. The contractor will prepare a packing list at the time the goods are packed, noting the number of each piece, the weight, and the cubic measurement.

5.6 Appliance Servicing and Unservicing. The contractor shall service and unservice appliances in accordance with manufacturer’s specifications. If third-party servicing or unservicing is required and approved by the ordering officer, the contractor will bill the services as prescribed in Paragraph 5.4.2.1.

5.7 Containers and Vehicles.

5.7.1 Government-Owned Containers (GOCs). GOCs are containers constructed in accordance with Commercial Standard ASTM-D4169-14. GOCs also include those containers listed in SDDC Pamphlet 55-12, those meeting ASTM-D6251, and wooden overflow and oversize containers purchased by the Government or received by the contractor awarded the Schedule II, Inbound Services contract. GOCs shall be used to the extent, as they are available for Schedule I, Items 1001 through 1005 (2001 through 2005, 3001 through 3005, 4001 through 4005, 5001 through 5005, 6001 through 6005), before using contractor-furnished containers.

5.7.1.1 All GOCs and contractor-furnished containers will be free of defects (holes, loose or broken framing, missing skids, caulking repairs, or separated plywood). Unacceptable containers are those that have been extended to accommodate oversize or overflow items, any panel bowed or bulging beyond their normal conformity, those with deteriorated plywood (either rotted or delaminated), those caulked on outside seams or joints, and those patched without the use of caulking compound. Patches on the outside surfaces are not acceptable because they increase the overall dimension and are subject to being scraped off during handling. The floor will be solid and all skids installed and in sound condition.

Page 71:   · Web view(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

N0018919Q0207

Page 71 of 79

5.7.1.2 All GOCs and contractor-furnished containers must conform to United States (U.S.) Department of Agriculture requirements for Wood Packaging Materials (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM must be constructed from Heat Treated (HT) lumber (HT to 56 degrees centigrade for 30 minutes) and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC), Incorporated, or an equivalent organization recognized by the host nation’s government for WPM procured outside the United States IAW WPM policy and WPM enforcement regulations (http://www.alsc.org) (*) Non-DoD Website. Wood fumigated with methyl bromide is not authorized for use in theDefense Transportation Regulation – Part IV 28 July 2015 Personal Property IV-G-8 shipment of HHGs as damage may occur to the HHGs. All materials must include certification markings IAW ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings will be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load will also comply with International Standards for Phytosanitary Measures Publication No. 15, International Standards for Phytosanitary Measures (ISPM): Guidelines for Regulating Wood Packaging Material (WPM) in International Trade and be marked with an ALSC approved dunnage stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. Additional information on WPM requirements can be found at http://www.aphis.usda.gov (*).

5.7.2 Containers for articles such as large pieces of marble or glass table tops that require more protection than the standard packing techniques shall be constructed in accordance with ASTM D6039/D6039M-11, Standard Specification for Crates, Wood, Open and Covered. These containers shall be used for interior packing purposes.

5.7.3 Skids. Any container that must be handled with a forklift shall be constructed with two or more skids. All wooden containers entering the Defense Transportation System (DTS) with a gross weight of 100 pounds or more or with length and width dimensions of 48 inches by 24 inches or more shall be equipped with two skids of not less than a minimum of 3 inches high and 3 1/2 inches wide. Skid sizes shall be in accordance with ASTM-D6251.

5.7.4 Banding. Containers of plywood construction shall be banded in accordance with Commercial Standard ASTM D3953-13, Standard Specification for Strapping, Flat Steel and Seals, or of equal quality with nonmetal banding.

5.7.5 Coopering of GOCs shall be performed when authorized by the ordering officer. Patches shall not increase the overall container dimensions. All repairs will be done prior to delivery to residence.

5.7.6 Vehicles. The contractor will ensure that all vehicles used in the movement of personal property will be of a safe and sound condition so as not to permit damage to personal property.

5.8 Marking Exterior Shipping Containers. The contractor shall mark all GOCs by stenciling with letters at least 1 inch high. Freehand marking shall not be used. Felt tip markers shall not be used. All old shipment markings will be obliterated prior to delivery to residence. Each container shall be stenciled with all required elements prior to departure from the warehouse.

5.8.1 Permanent markings on containers will be legible and conform to Commercial Standard ASTM-D4169-14 and SDDC Pamphlet 55-12. The following permanent markings shall be stenciled in black letters 1-1/2 inches high, Figures G1-3, Location of Permanent Markings on ASTM-D4169-14 Wood HHG Box (Attachment 6), and G1-4, Location of Permanent Markings on MIL-STD-1489 HHG Box (Attachment 6):

On one side and one end: USE NO HOOKS STORE UNDER COVER U.S. PROPERTY SDDC APPROVED

In the appropriate places: CENTER OF BALANCE

Page 72:   · Web view(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

N0018919Q0207

Page 72 of 79

LIFT HERE FORKLIFT HERE

5.8.2 On Commercial Standard ASTM-D4169-14 and SDDC Pamphlet 55-12 containers, the following additional permanent markings shall be stenciled on one side and one end toward the top of the container in black letters 2 inches high. The contractor shall stencil the word "UP" with an arrow pointing to the top of the container. Then under "UP" on an orange background not to exceed 8 x 10 inches in black letters approximately 2 inches high, the contractor shall stencil "DPM." The word "EXPEDITE" shall be symmetrically spaced below in I 1/2-inch high black letters. (See Figure G1-3 and G1-4., Attachment 6)

5.8.3 Shipments identified as “BLUEBARK” shall be stenciled in 1-inch letters with code word “BLUEBARK above the PPGBL/BL number.

5.8.5 As a minimum, the property member’s/employee’s last name shall be legibly hand written or stenciled on all containers for identification purposes prior to departure from the origin residence or other pickup point.

5.8.6 Permanent markings on DPM HHG, Figure G1-5, Container Marking for Household Goods, and UB (Attachment 6), Figure G1-7, Markings of Unaccompanied Baggage (Attachment 6), containers will be legible and conform to Commercial Standard ASTM-D4169-14 and SDDC Pamphlet 55-12. DPM HHG and UB containers will have a completed Military Shipping Label (MSL) affixed on one side and one end panel for all shipments entering the DTS, except for passenger bags and similar packages, which will have an MSL affixed to one surface. The MSL, Figure G1-6, Military Shipping Label for Personal Property (Attachment 6), requires human-readable information as well as linear and two-dimensional bar codes. The human-readable and linear bar-coded portions of the MSL are prepared as described below and the two-dimensional bar code is prepared IAW Attachment 10. If the shipping container does not lend itself to the application of the label, or if the label would cover or interfere with other required markings, the label will be attached to a general purpose tag or a placard. The general purpose tag or placard will be tied, wired, or otherwise fastened to the shipment unit or movement conveyance.

5.8.7 The following listed human readable data and Code 39 linear bar codes will be placed on each MSL. Some entries are keyed to numbered blocks on the MSL, and some are in addition to that form’s requirements. The human readable unit of measure will be provided in U.S. standard terms (e.g., pieces, inches, feet, and pounds for measured items) and the data values will be rounded up to the nearest whole number with leading zeros suppressed. Also see Military Standard-129, Department of Defense Standard Practice, Military Marking For Shipment and Storage, and ANSI MH10.8.1.

(1) Transportation Control Number (TCN): Human readable and linear bar code using 1/2-inch high Code 39 format.(2) Transportation Account Code (TAC), PPGBL/BL number, and carrier.(3) From: The consignor Department of Defense Activity Address Code (DODAAC) and in-the-clear address.(4) Type Service: In-the-clear text (e.g., TGBL Cd J). The clear-text descriptions may be derived from the personal property TCN field 15 descriptions.(5) Ship to/POE: Three-digit air/sea port of embarkation (POE) code, and enough space for 5 lines of up to 35 characters for the in-the-clear address.(6) Transportation Priority: Bold text 3/4 inches tall.(7) POD: Three-digit air/sea port of debarkation (POD) code or blank.(8) Consignee/Mark For: Member’s/employee’s name, followed by the consignee DODAAC and/or Mark For in-the-clear address, and linear bar code using 1/2-inch high Code 39 format.(9) Weight: Actual gross weight (this piece) with unit of measure. Do not zero fill.(10) RDD: Three-digit code or blank for Required Delivery Date. Blank for classified unit move.(11) Cube: Cube (this piece) with unit of measure. Do not zero fill.(12) Tare Weight: Weight of container before loading personal property.(13) Date Shipped: Four-position code or in-the-clear date. Blank for unit move.(14) Net Weight: Weight of personal property loaded into a container.

Page 73:   · Web view(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

N0018919Q0207

Page 73 of 79

(15) Piece Number: The piece number (of total pieces) of this shipment and a linear bar code using 1/2-inch high Code 39 format. Do not zero fill. The piece number and total pieces may be expressed as “Piece Number of Total Pieces” to save space on the label.(16) Total Pieces: Total number of pieces in this shipment unit. Do not zero fill.(17) PDF417 2D symbol IAW with Attachment 10.

NOTE. Social Security Number will not be stenciled on the container unless it is a part of the TCN. Failure to comply will be considered a violation and action will be taken by the PPSO.

5.8.8 Carriers may optionally stencil shipment markings in addition to the MSL on the outside of containers. Freehand marking is not acceptable. Markings will be proportional to the available space on the container. Old markings not applicable to the current shipment will be permanently obliterated before the container’s arrival at the member’s/employee’s residence. One copy of the member’s/employee’s orders will be placed in each container used to ship UB. When an order applies to more than one customer, the name of the customer to whom the baggage belongs will be identified.

5.8.9 Overflow Containers. Overflow containers (Item 1003, 2003, 3003, 4003, 5003, 6003 of Schedule I) shall be limited to use for those items that accumulate over and above that which can be packed into an ASTM-D4169-14 or SDDC Pamphlet 55-12 container. The construction of an overflow container shall be in accordance with ASTM-D4169-01. The overflow container normally is of lesser size than ASTM-D4169-01 or SDDC Pamphlet 55-12 containers and must be limited to one per shipment.

5.8.10 Oversize Containers. Oversize containers (Item 1003, 2003, 3003, 4003, 5003, 6003 of Schedule I) shall be limited to use for a single item which exceeds the dimensions of and cannot be accommodated in ASTM-D4169-14 or SDDC Pamphlet 55-12 container and therefore requires a specially built container. One or more of this type may be required per shipment. These containers shall be constructed in accordance with ASTM-D4169-14 and the exterior container dimensions furnished to the ordering officer.

5.8.11 Other Shipments. Containers constructed for other shipments (Item 1003, 2003, 3003, 4003, 5003, 6003 of Schedule I) shall be constructed in accordance with ASTM-D6251. Other shipments are defined as small shipments that require a lesser size box (container) than specified in Commercial Standard ASTM-D4169-14 or SDDC Pamphlet 55-12.

5.8.12 The contractor shall report, store and when directed by the ordering officer reposition Government-owned HHG containers. When repositioning is ordered, the contractor shall load the GOCs on vehicles and deliver them to the site by the ordering officer.

5.8.12.1 The outbound contractor, when directed by the ordering officer, shall pick up and store empty GOCs from other local carrier or Government facilities within the contract area of performance. When the contract is awarded to different contractors, storage of the GOCs is the responsibility of the outbound contractor unless otherwise directed by the ordering officer. The storage of containers contemplated under this contract means, as a minimum, that containers, if not stored within a building, shall be stored in a manner to protect from precipitation, ground water, or other moisture.

5.8.12.2 Serviceable/Unserviceable Containers. The contractor shall not commingle serviceable or unserviceable containers. After inspection by the ordering officer, these two categories of containers shall be segregated. The ordering officer and contractor shall mutually agree upon the inspection and disposition schedule. Unserviceable containers shall be disposed of at no cost to the Government.

5.8.12.3 The new outbound contractor shall pick up the serviceable empty GOCs from the previous contractor(s) not later than 30 calendar days after commencement of the contract.

5.8.12.4 GOC Report. The contractor shall submit a GOC report (a local form or for Air Force Installations, AF Form 384, Government-Owned Container Control Record). The report shall be submitted to the ordering officer 15

Page 74:   · Web view(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

N0018919Q0207

Page 74 of 79

days after the contract start date and thereafter on the first workday of each month (CDRL 0005, Report of Government-Owned Containers). The contractor shall keep an accurate, up-to-date count of all GOCs.

5.9 Outbound Documentation and Movement

5.9.1 PPGBL/BL and similar documents covering outbound HHG shipments will be picked up from the ordering officer by the contractor each workday or obtained IAW locally established procedures, such as mail or courier. Distribution of completed PPGBL/BL and TCMDs will be as outlined below.

5.9.2 On outbound HHG shipments, the contractor will complete by typing the following information on the original PPGBL/BL and all copies:

(1) Block 26 (Packages). Enter the number and kind of containers, such as 1 F/L or 2 CTNS.(2) Block 27 (Description of Shipment). Enter the aggregate weight and cube of the total number of each different type of container shown in Block 26.(3) Block 28 (Weight). Enter the gross, tare, and net weight.

5.9.3 On outbound UB shipments, the contractor will provide information on actual pieces, weight, and cube to the TO/PPSO within 1 day after pickup so that the TO/PPSO can prepare the PPGBL/BL. Information will include:

(1) Packages to include the number and kind of containers, such as 1 F/L, 2 CTNS.(2) The aggregate weight and cube of the total number of each different type of container.(3) The gross, tare, and net weight.

5.9.4 On all outbound shipments moving by a PPGBL/BL, the contractor will surrender the original and copies 2, 3, and 4 of the PPGBL/BL to the carrier when the shipment is picked up. The contractor will return copies 5, 6, and 7 of the PPGBL/BL to the ordering officer not later than the close of business the next workday after the day the shipment is picked up (CDRL 0008, Bill of Lading). Computer-generated PPGBL/BLs are not numbered. In instances where computer-generated PPGBLs/BLs are used, enough copies will be made to ensure the right number of copies will be submitted. All copies of the PPGBL/BL returned to the ordering officer will bear a legible pickup date, carrier pro number stickers, and signature of the carrier’s representative. The contractor will furnish the ordering officer the completed inventory, packing list, and weight tickets not later than 4 workdays from the date of pickup for HHG and 3 workdays from the date of pickup for UB shipments.

5.9.5 On outbound overseas shipments, the contractor will complete by typing the following information on the original TCMD (Figure G1-10, Attachment 6) and all copies:

(1) Block 22 (Pieces). Enter the total number of pieces in the shipment.(2) Block 23 (Weight). Enter the gross, tare and net weight.(3) Block 24 (Cube). Enter the total cube of the shipment.

5.9.6 One completed copy of the TCMD will be placed in the waterproof envelope on the number one container, three copies will be given to the carrier, and one annotated copy will be returned to the Contracting Officer’s Representative.

5.9.7 If any container being prepared to enter the DTS has an outside measurement greater than 84 inches, the contractor is required to prepare an Outsized Air Cargo Report (CDRL 0011).

5.9.8 Carrier Pickup of Shipments. Within 1 workday after the property is ready for shipment, the contractor will contact the assigned carrier, as indicated on the PPGBL/BL, to arrange for pickup. When shipments are not picked up by the assigned carrier by close of business of the next workday, after contractor notification, the contractor will notify the ordering officer of the carrier’s failure to pickup the shipment not later than 9 a.m. of the next workday.

5.9.9 For outbound shipments requiring drayage to an air or sea terminal within the contract area of performance, the contractor will deliver the shipment to the designated terminal within 5 workdays of the request by the ordering

Page 75:   · Web view(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

N0018919Q0207

Page 75 of 79

officer for UB or within 6 workdays of a request by the ordering officer for HHG. For shipments drayed to a terminal, the delivery receipt or transfer document will be returned to the ordering officer not later than the next workday following delivery.

5.9.10 The contractor is required to submit a weekly report showing outbound shipments on-hand which where picked up prior to the previous Wednesday (CDRL 0009, Contractor’s Weekly Report).

5.9.11 When the contractor’s facility is located in a town, city, or metropolitan area other than the location of the PPSO, telephone notification of completed containerization or arrival of shipments will be considered as meeting the requirements for written notification. However, the contractor will mail the written notification to the ordering officer within 1 workday following the day of telephone notification.

5.9.12 On outbound overseas shipments entering the DTS, the contractor will prepare and affix a two-dimensional and linear barcoded MSL as described in Paragraph 5.8.7 and Attachment 10.

5.10 Storage.

5.10.1 Vehicles shall not be used for storage of shipments. Pickup and drayage includes placing the goods within the facility on the pickup date specified in the order; howerver, at the latest, the shipment shall be placed in the facility no later than the day following pickup. When the contractor chooses to allow the personal property to remain on the truck until the next working day, contractor will be held liable for any loss or damage occurring during this time without regard to cause. 5.10.2 All personal property shall be stored to maintain a minimum of 2 inches of clearance from the floor to the undermost portion of the personal property. This elevation requirement will apply after 3 workdays handling-in period. Items waiting for the completion of handling-in services will be protected at all times. In addition, the property shall not be stored in contact with exterior walls. Height of HHG stacked loose shall not exceed 10 feet. Extension ladders, TV antennas, swing sets, and similar items are excluded from this height requirement.

5.10.3 Shipping Containers. The contents of containerized shipments shall not be removed from containers when placed in storage. Shipment shall not be decontainerized prior to delivery to residence unless ordered by the ordering officer.

5.10.4 Identification. All outbound shipments shall be properly identified by the member’s/employee’s name, PPGBL/BL number, and call or lot number. Such identification shall be in plain view on each lot.

5.10.5 Storage Charges. Storage charges for outbound HHG and UB shipments shall not commence earlier than the 6th workday following date of ordering officer’s receipt of contractor's notification of completion of containerization service. Storage charges shall apply for each 30-day period or computed as a fraction thereof. Date of release from storage shall not be considered in computation of storage charges.

5.10.6 Storage charges for inbound HHG and UB shipments shall not commence earlier than the 6th workday following date of contractor's notification to the ordering officer of arrival of shipment. Storage charges shall apply for each 30-day period or computed as a fraction thereof. Date of release from storage shall not be considered in computation of storage charges.

5.10.7 When the contractor cannot release a shipment from storage or deliver a shipment on the date requested by the ordering officer, the storage charges shall cease on the requested date instead of the actual date of release.

5.10.8 The contractor is required to submit an on-hand report for all inbound shipments at the contractor’s facility (CDRL 0010, Report of Shipments on Hand). This report will list all inbound shipments in storage and/or waiting to be delivered. Negative reports are required. The TO will identify when reports are to be submitted.

5.10.9 The ordering officer will follow Service guidelines when authorizing additional storage. The ordering officer will notify the contractor of the expiration date of storage at government expense.

Page 76:   · Web view(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

N0018919Q0207

Page 76 of 79

5.11 Facilities. Contractor’s facilities will meet the guidelines outlined in Attachment 8.

5.11.1 Inspection of Contractor's Facility. The contractor's facility will be initially inspected and approved by a representative from the contracting office or PPSO for compliance with this contract and the standards and regulations stated or referenced therein. Thereafter, inspections will be on a quarterly basis or, if deemed necessary, on a more frequent basis. Inspections will be conducted using Attachment 9. If a facility is found to be unsatisfactory, it may be declared ineligible to receive further orders under the contract.

5.11.2 Upon receipt of award, the contractor shall furnish to the contracting officer evidence of the kinds and minimum amounts of insurance covering work to be performed. The contractor shall maintain at least the minimum insurance coverage required as specified in FAR 28.307-2, Liability, throughout the contract period for the following policies: (1) Workmen’s Compensation Insurance $100,000.00; (2) Comprehensive General Liability Insurance $500,000.00, and Automobile Liability Insurance $200,000.00. Each policy shall contain an endorsement that cancellation or material change in the policy shall not be effective until after a 30-day written notice is furnished to the contracting officer.

5.12 Cargo Insurance: The contractor must provide a certification of cargo insurance reflecting coverage on a continuous basis in at least the amount shown below to cover legal liability. The certificate will contain the statement that the insurance company will provide the designated installation contracting officer with a 30-day written notice of any change, expiration, or cancellation of said policy. The underwriter of cargo insurance will have a rating of “A” or better in the current issue of Best’s Insurance Guide. The certificate will be prepared with original signatures and provided to the designated installation contracting officer. The minimum cargo liability coverage required for both domestic and international shipments is $50,000.00 per shipment.

5.13 DPM Delivery, Unloading, and Unpacking.

5.13.1. The contractor shall furnish the ordering officer with the written receiving notice not later than the next workday following the arrival of the inbound shipment. For each individual shipment, the receiving notice will contain the name and rank/grade of the property customer, PPGBL/BL number, number of pieces, size and type of containers, weight and name of the carrier. When markings on the containers or documents indicate the shipment is for a deceased customer (BLUEBARK), this information shall also be provided. The above information shall be obtained from the available documents or containers.

5.13.2 Unloading and unpacking, upon delivery to the residence, shall include the one-time laying of rugs, assembling of disassembled furniture, unservicing of appliances, and the one-time placement of furniture and like items in the room of the dwelling or a room designated by the property customer. The contractor shall not be required to move items after once placed as designated. Third party services as set forth in paragraph 5.4.2.1 shall be performed when authorized. Unless specifically waived by the customer, in writing, unpacking services shall be performed. The contractor shall have the customer certify and sign on the inventory or delivery document that unpacking was or was not performed.

5.13.2.1 Unpacking Service. Unpacking service shall consist of unpacking, on a one-time basis, all barrels, boxes, cartons, and crates. The contents shall be placed in a room designated by the customer. This includes placement of articles in cabinets, cupboards, or on shelving in the kitchen when convenient and consistent with safety of the article(s) and proximity of the area desired by the customer, but does not include arranging the article(s) in a manner desired by the customer. The unpacking of and removing from the member’s/employee’s premises all empty containers, packing material, and other debris shall be performed at the time the goods are delivered to the residence and to the member’s satisfaction.

5.14 Claims: The provision of full replacement value (FRV) to all DOD customers provides for the replacement, repair, or payment for the non-depreciated value of lost or damaged items. The liability limits for FRV are the greater of $5,000.00 per shipment or $4.00 times either the net weight of the HHG shipment or the gross weight of UB shipment, in pounds, not to exceed $50,000.00. For detailed claims and liability procedures, see Attachment 5.

Page 77:   · Web view(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

N0018919Q0207

Page 77 of 79

5.15 Figures: The below figures are located in Attachment 6.

Figure Description G1 List of Property and Claims Analysis Chart (DD Form 1844)G2 Application for Shipment and/or Storage of Personal Prpoerty (DD Form 1299)G1-1 Household Goods (HHGs) Descriptive InventoryG1-2 Packing List of Household GoodsG1-3 Location of Permanent Markings on ASTM-D4169-01 Wood HHG BoxG1-4 Location of Permanent Markings on MIL-STD-1489 HHG BoxG1-5 Container Marking for Houshold GoodsG1-6 Military Shipping Label for Personal PropertyG1-7 Markings of Unaccompanied BaggageG1-8 Joint Statement of Loss and Damage at Delivery (DD Form 1840)G1-9 Notice of Loss or Damage (DD Form 1840R)G1-10 Transportation Control and Movement Document (TCMD) (DD Form 1384)

6. APPLICABLE SPECIFICATIONS AND REGULATIONS

Publications and Commercial Standards: The publications below have been coded as mandatory or advisory. The contractor is obligated to follow those coded as mandatory. The contractor will be guided by those publications coded “advisory” to the extent necessary to accomplish requirements in this Performance Work Statement. Each applies to the current edition, unless otherwise specified.

Specification Title Mandatory Advisory

ASTM-D3953-02 Standard Specification for Strapping, Flat Steel, and Seals X

ASTM-D4169-01 Standard Practice for Performance Testing of Shipping Containers and Systems X

ASTM-D5118/D5118M-95 Standard Practice for Fabrication of Fiberboard Shipping Boxes X

ASTM-D5168-98 Standard Practice for Fabrication and Closure of Triple Wall Corrugated Fiberboard Containers X

ASTM-D6039/D6039M-02 Standard Specification for Crates. Wood, Open and Covered X

ASTM-D6251 Standard Specification for Wood Cleated Panelboard Shipping Boxes X

International Standards for Phytosanitary Measures

Publication No. 15

International Standards for Phytosanitary Measures (IPSM): Guidelines for Regulating

Wood Packaging Material (WPM) in International Trade

X

Military Standard-129 Department of Defense Standard Practice, Military Marking for Shipment and Storage X

PPP-C-1797A Cushioning Material, Resilient, Low Density, Unicellular Polypropylene Foam X

DTR 4500.9-RDefense Transportation Regulation, Part II,

Cargo Movement and Part IV, Personal Property

X

SDDC PAMPHLET 55-12 Commercial Containers for Department of Defense Household Goods Shipments X

NOTE: All publications marked as Mandatory will be maintained at contractor's facilities.

Copies of Government publications may be obtained by submitting a written request to:DLA Document Services Headquarters

Page 78:   · Web view(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

N0018919Q0207

Page 78 of 79

5450 Carlisle Pike Bldg. 09PO Box 2020Mechanicsburg, PA 17055-0788

Copies of commercial standards may be obtained by submitting a written request to:American Society of Testing and Materials100 Barr Harbor DriveWest Conshohocken, PA 19428-2959

The request must contain the title of the specification, its number, and date. Supplements or amendments to these mandatory publications may be issued during the life of the contract and must be in full force and effect as soon as possible but not later than 30 days after receipt by the contractor. Changes in the contract price due to the publication supplements and amendments may be considered under FAR clause 52.212-4(c), Contract Terms and Conditions--Commercial Items.

7. Monthly Usage Report: The contractor is required to complete Columns F-Q, as applicable, of the Monthly Usage Report (Attachment 11) for each item. After award, the proposed unit price for the individual CLINs in the tables in Attachment 13, Pricing Spreadsheet, will be input to the Monthly Usage Report. Monthly Usage Reports must be provided to the contract specialist no later than 30 days after the end of each month.

8. Enterprise-wide Contract Manpower Reporting (NMCARS 5237.102-90)The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the DPM HHG via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY;

(5) S, Utilities ONLY;

(6) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://www.ecmra.mil.

APPOINTMENT OF CORAPPOINTMENT OF CONTRACTING OFFICER'S REPRESENTATIVE (SEP 2015)

(a) The Contracting Officer hereby designates the following individual as Contracting Officer’s Representative(s) (COR) for this contract:

Page 79:   · Web view(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

N0018919Q0207

Page 79 of 79

__________________________________________NAME CODE

__________________________________________MAIL ADDRESS

__________________________________________TELEPHONE NUMBER

(b) In the absence of the COR named above, all responsibilities and functions assigned to the COR shall be the responsibility of the alternate COR acting on behalf of the COR. The Contracting Officer hereby appoints the following individual as the alternate COR:

__________________________________________NAME CODE

__________________________________________MAIL ADDRESS

__________________________________________TELEPHONE NUMBER

ATTACHMENTSAttachment # Attachment Title 1 Wage Determination 2015-4279 Revision 7 Dated 26 December 2018 and

Wage Determination 2015-4281 Revision 12 Dated 26 December 20182 DPM/Local Drayage Contract Information3 Quality Assurance Surveillance Plan4 Estimated Quantities5 Claims and Liability Procedures6 Figures/Forms7 Contract Data Requirements Listings8 Pre-Award Survey Guidelines9 Warehouse Inspection Guide and Instructions for Preparation of the Warehouse Inspection Report 10 Background and Technical Details for 2-Dimensional (2D) Symbology on the Personal Property

Military Shipping Label (MSL)11 Monthly Usage Report12 Contract Administration Plan for FFP, IDIQ Contracts13 Pricing Spreadsheet14 Past Performance Information Form15 Past Performance Report Form