58
RCE1H3F4B04208 The Contractor shall provide all labor, tools, materials, equipment, transportation, and supervision to furnish, construct, six (6) CONNEX Stacked Guard Tow ers at FOB Gardez and install all items according to this statement of w ork, specifications, and draw ings. - Verbal explanations given before aw ard w ill NOT be binding. Offeror shall acknow ledge receipt of amendments in block 19 of SF Form 1442 or by returning a signed copy of the amendment(s) w ith the offer. - The magnitude of this project is betw een $100,000 and $250,000 USD. - Offerrors must submit both their Defense Base Act (DBA) insurance coverage and have completed their "SPOT" personnel employee records prior to the contracting office issuing a Notice to Proceed (NTP). - Offerors must carefully read Section “L” Proposal Preparation and Section “M” Basis for Aw ard. - Mandatory period of performance is 60 calendar days from receipt of the Notice to Proceed (NTP). - Liquidated Damages w ill be applied in accordance w ith FAR Clause 52.211-12, if prime contractor fail to meet the 60 calendar day period of performance. - Type of contract is a Firm Fixed Price Contract. - NOTE: SUBMIT PRICING IN AFGH ( Use Exchange rate 1USD = 49.1176 AFGH) SSG BETSY WEINTRAUB 318-581-5398 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS NEGOTIATED 18-Jul-2011 (RFP) (IFB) X CALL: B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) See Item 7 2. TYPE OF SOLICITATION SEALED BID 3. DATE ISSUED 9. FOR INFORMATION A. NAME SOLICITATION NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) 11. The Contractor shall begin performance w ithin _______ 15 calendar days and complete it w ithin ________ 60 calendar days after receiving aw ard, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________ 12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) YES X NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and __________ 1 copies to perform the w ork required are due at the place specified in Item 8 by ___________ local time ______________ 01 Aug 2011 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee is, X is not required. C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than _______ 60 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected. SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 7. ISSUED BY CODE CENTCOM CONTRACTING COMMAND-EAST-W91B4P REGIONAL CONTRACTING CENTER FOB SALERNO BETSY WEINTRAUB APO AE 09314 W91B4P PAGE OF PAGES 1 OF CODE (Title, identifying no., date): .) 12B. CALENDAR DAYS 06:00 PM (hour) Sealed envelopes containing offers 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. 8. ADDRESS OFFER TO (If Other Than Item 7) FAX: TEL: 318-851-5398 TEL: FAX: W91B4P-11-R-0068 58

Solicitation[1]

  • Upload
    altaf

  • View
    221

  • Download
    2

Embed Size (px)

DESCRIPTION

Tender Doc

Citation preview

  • RCE1H3F4B04208

    The Contractor shall provide all labor, tools, materials, equipment, transportation, and supervision to furnish, construct, six (6) CONNEX

    Stacked Guard Tow ers at FOB Gardez and install all items according to this statement of w ork, specif ications, and draw ings.

    - Verbal explanations given before aw ard w ill NOT be binding. Offeror shall acknow ledge receipt of amendments in block 19 of SF Form 1442

    or by returning a signed copy of the amendment(s) w ith the offer.

    - The magnitude of this project is betw een $100,000 and $250,000 USD.

    - Offerrors must submit both their Defense Base Act (DBA) insurance coverage and have completed their "SPOT" personnel employee

    records prior to the contracting off ice issuing a Notice to Proceed (NTP).

    - Offerors must carefully read Section L Proposal Preparation and Section M Basis for Aw ard.

    - Mandatory period of performance is 60 calendar days from receipt of the Notice to Proceed (NTP).

    - Liquidated Damages w ill be applied in accordance w ith FAR Clause 52.211-12, if prime contractor fail to meet the 60 calendar day period of performance.

    - Type of contract is a Firm Fixed Price Contract.

    - NOTE: SUBMIT PRICING IN AFGH ( Use Exchange rate 1USD = 49.1176 AFGH)

    SSG BETSY WEINTRAUB 318-581-5398

    NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

    10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

    NEGOTIATED

    18-Jul-2011

    (RFP)

    (IFB)

    X

    CALL:

    B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)

    See Item 7

    2. TYPE OF SOLICITATION

    SEALED BID

    3. DATE ISSUED

    9. FOR INFORMATION A. NAME

    SOLICITATION

    NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)Prescribed by GSA

    FAR (48 CFR) 53.236-1(e)

    11. The Contractor shall begin performance w ithin _______15 calendar days and complete it w ithin ________60 calendar days after receiving

    aw ard, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________

    12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?

    (If "YES," indicate within how many calendar days after award in Item 12B.)

    YES X NO

    13. ADDITIONAL SOLICITATION REQUIREMENTS:

    A. Sealed offers in original and __________1 copies to perform the w ork required are due at the place specif ied in Item 8 by ___________

    local time ______________01 Aug 2011 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time.

    shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

    B. An offer guarantee is, X is not required.

    C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

    D. Offers providing less than _______60 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected.

    SOLICITATION, OFFER,

    AND AWARD(Construction, Alteration, or Repair)

    1. SOLICITATION NO.

    IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

    4. CONTRACT NO.

    7. ISSUED BY CODE

    CENTCOM CONTRACTING COMMAND-EAST-W91B4P

    REGIONAL CONTRACTING CENTER

    FOB SALERNO

    BETSY WEINTRAUB

    APO AE 09314

    W91B4P

    PAGE OF PAGES

    1 OF

    CODE

    (Title, identifying no., date):

    .)

    12B. CALENDAR DAYS

    06:00 PM (hour)

    Sealed envelopes containing offers

    5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.

    8. ADDRESS OFFER TO (If Other Than Item 7)

    FAX:TEL: 318-851-5398 TEL: FAX:

    W91B4P-11-R-0068 58

  • 20B. SIGNATURE

    (REV. 4-85)STANDARD FORM 1442 BACK

    TO SIGN

    NSN 7540-01-155-3212

    SOLICITATION, OFFER, AND AWARD (Continued)

    (Construction, Alteration, or Repair)

    CODE FACILITY CODE

    17. The offeror agrees to perform the w ork required at the prices specif ied below in strict accordance w ith the terms of this solicitation, if this offer is

    accepted by the Government in w riting w ithin ________ calendar days after the date offers are due.

    the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

    AMOUNTS SEE SCHEDULE OF PRICES

    18. The offeror agrees to furnish any required performance and payment bonds.

    19. ACKNOWLEDGMENT OF AMENDMENTS

    (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

    AMENDMENT NO.

    DATE

    20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN

    OFFER (Type or print)

    AWARD (To be completed by Government)

    21. ITEMS ACCEPTED:

    22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

    24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

    (4 copies unless otherwise specified)

    CODE

    (Insert any number equal to or greater than

    20C. OFFER DATE

    25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

    10 U.S.C. 2304(c) 41 U.S.C. 253(c)

    CODE27. PAYMENT WILL BE MADE BY:26. ADMINISTERED BY

    (Include ZIP Code)14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NO. (Include area code)

    See Item 14

    (Include only if different than Item 14)16. REMITTANCE ADDRESS

    30B. SIGNATURE

    29. AWARD (Contractor is not required to sign this document.)

    document and return _______ copies to issuing office.) Contractor agrees Your of f er on this solicitation, is hereby accepted as to the items listed. This award con-

    to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation and

    on this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document is

    contract. The rights and obligations of the parties to this contract shall be necessary .

    gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,

    representations, certif ications, and specif ications or incorporated by ref er-

    ence in or attached to this contract.

    30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)

    30C. DATE

    (Type or print)

    TEL: EMAIL:

    31B. UNITED STATES OF AMERICA 31C. AWARD DATE

    BY

    CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

    (Contractor is required to sign this28. NEGOTIATED AGREEMENT

    (M ust be fully completed by offeror)OFFER

  • W91B4P-11-R-0068

    Page 3 of 58

    Section B - Supplies or Services and Prices

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

    0001 6 Each Guard Tower

    FFP

    The Contractor shall provide all labor, tools, materials, equipment, transportation,

    and supervision to Provide and Install Six (6) each Three Connex high guard tower,

    Covered with two rows of sandbags according to this statement of work,

    specifications, and drawings. The contractor shall perform to the standards in the

    contract. The Contractor shall execute all work timely and in a professional

    manner, in accordance with the applicable specification, drawings.

    FOB: Destination

    PURCHASE REQUEST NUMBER: RCE1H3F4B04208

    SIGNAL CODE: J

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

    0002 153 Cubic

    Meter

    Gravel

    FFP

    The Contractor shall provide all labor, tools, materials, equipment, transportation,

    and supervision to provide and spread One-Hundred-Fifty-Three (153) cubic

    meters of 3/4" (1.9 cm) gravel according to this statement of work, specifications,

    and drawings. The contractor shall perform to the standards in the contract. The

    Contractor shall execute all work timely and in a professional manner, in

    accordance with the applicable specification, drawings.

    FOB: Destination

    PURCHASE REQUEST NUMBER: RCE1H3F4B04208

    SIGNAL CODE: J

    NET AMT

  • W91B4P-11-R-0068

    Page 4 of 58

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

    0003 1 Lump Sum Defense Base Act Insurance

    FFP

    The amount listed by the offeror on this CLIN is the estimated DBA insurance

    premium (estimated payroll of the offeror and its subcontractors times the

    applicable rate(s)). The DBA insurance premium amount varies with payroll and

    the nature of services. The actual amount paid by the government under this CLIN

    will be based on the amount of the Rutherfoord invoice, stamped paid and

    submitted by the offeror after contract award. In the event of recalculation of the

    premium by CNA based on actual payroll amounts, the contracting officer will

    adjust this CLIN by contract modification to reflect the actual premium amounts

    paid. Any remaining funds shall be unilaterally deobligated.

    FOB: Destination

    PURCHASE REQUEST NUMBER: RCE1H3F4B04208

    SIGNAL CODE: J

    NET AMT

  • W91B4P-11-R-0068

    Page 7 of 58

    52.211-13 TIME EXTENSIONS (SEP 2000)

    Time extensions for contract changes will depend upon the extent, if any, by which the changes cause delay in the

    completion of the various elements of construction. The change order granting the time extension may provide that

    the contract completion date will be extended only for those specific elements related to the changed work and that

    the remaining contract completion dates for all other portions of the work will not be altered. The change order also

    may provide an equitable readjustment of liquidated damages under the new completion schedule.

    (End of clause)

    52.242-14 SUSPENSION OF WORK (APR 1984)

    (a) The Contracting Officer may order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the

    work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience

    of the Government.

    (b) If the performance of all or any part of the work is, for an unreasonable period of time, suspended, delayed, or

    interrupted (1) by an act of the Contracting Officer in the administration of this contract, or (2) by the Contracting

    Officer's failure to act within the time specified in this contract (or within a reasonable time if not specified), an

    adjustment shall be made for any increase in the cost of performance of this contract (excluding profit) necessarily

    caused by the unreasonable suspension, delay, or interruption, and the contract modified in writing accordingly.

    However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that

    performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or

    negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other term

    or condition of this contract. (c) A claim under this clause shall not be allowed (1) for any costs incurred more than

    20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act

    involved (but this requirement shall not apply as to a claim resulting from a suspension order), and (2) unless the

    claim, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay,

    or interruption, but not later than the date of final payment under the contract.

    (End of clause)

  • W91B4P-11-R-0068

    Page 11 of 58

    Report the following information:

    Contract Number

    Contract Description & Location

    Company Name

    Reporting party:

    Name

    Phone number

    e-mail address

    Victim:

    Name

    Gender (Male/Female)

    Age

    Nationality

    Country of permanent residence

    Incident:

    Description

    Location

    Date and time

    Other Pertinent Information

    C3 CLAUSE 952.225-0003 FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS

    (NOV 2010)

    (a) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed

    employees, the provisions for care offered under this section, and redeployment of individuals determined to be

    unfit. Contractor personnel who deploy for multiple tours, for more than 12 months total must be re-evaluated for

    fitness to deploy. An examination will remain valid for 15 months from the date of the physical. The contractor

    bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the

    performance location. The contractor shall include this information and requirement in all subcontracts with

    performance in the theater of operations.

    (b) The contractor shall not deploy an individual with any of the following conditions unless approved by the

    appropriate CENTCOM Service Component (i.e. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the

    wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and

    chemical/biological protective garments; conditions which prohibit required theater immunizations or medications;

    conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and

    biological protectives and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic

    coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of

    coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40%); dysrhythmias

    or arrhythmias, either symptomatic or requiring medical or electrophysiological control; uncontrolled hypertension,

    current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly

    diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance,

    examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care

    within six months time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate

    restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1 year)

  • W91B4P-11-R-0068

    Page 15 of 58

    The following is a summary of the type of support the Government will provide the contractor, on an as-available

    basis. In the event of any discrepancy between this summary and the description of services in the Statement of

    Work, this clause will take precedence.

    U.S. Citizens Accompanying the Force

    APO/FPO/MPO/Postal Services DFACs Mil Issue Equip

    Authorized Weapon Excess Baggage MILAIR

    Billeting Fuel Authorized MWR

    CAAF Govt Furnished Meals Resuscitative Care

    Controlled Access Card (CAC)/ID Card Military Banking Transportation

    Commissary Military Clothing All

    Dependents Authorized Military Exchange None

    Third-Country National (TCN) Employees

    APO/FPO/MPO/Postal Services DFACs Mil Issue Equip

    Authorized Weapon Excess Baggage MILAIR

    Billeting Fuel Authorized MWR

    CAAF Govt Furnished Meals Resuscitative Care

    Controlled Access Card (CAC)/ID Card Military Banking Transportation

    Commissary Military Clothing All

    Dependents Authorized Military Exchange None

    Local National (LN) Employees

    APO/FPO/MPO/Postal Services DFACs Mil Issue Equip

    Authorized Weapon Excess Baggage MILAIR

    Billeting Fuel Authorized MWR

    CAAF Govt Furnished Meals Resuscitative Care

    Controlled Access Card (CAC)/ID Card Military Banking Transportation

    Commissary Military Clothing All

    Dependents Authorized Military Exchange None

    C3 CLAUSE 952.225-0013 CONTRACTOR HEALTH AND SAFETY (NOV 2010)

    (a) Contractors shall comply with all National Electrical Code (NEC 2008), Specifications as outlined, and MIL

    Standards and Regulations. All infrastructure to include, but not limited to, living quarters, showers, and restrooms

    shall be installed and maintained in compliance with these standards and must be properly supported and staffed to

    ensure perpetual Code compliance, prevent hazards and to quickly correct any hazards to maximize safety of those

    who use or work at the infrastructure. The government has the authority to enter and inspect contractor employee

    living quarters at any time to ensure the prime contractor is complying with safety compliance standards outlined in

    the 2008 National Electric Code (NEC).

    (b) The contractor shall correct all deficiencies within a reasonable amount of time of contractor becoming aware of

    the deficiency either by notice from the government or a third party, or discovery by the contractor. Further

    guidance on mandatory compliance with NFPA 70: NEC 2008 can be found on the following link

    http://www.nfpa.org.

  • W91B4P-11-R-0068

    Page 16 of 58

    CLAUSE 952.225-0015 SUBCONTRACTING REQUIREMENTS (JUL 2010)

    (a) Performance of work by a host nation contractor when utilizing a subcontractor. All subcontract agreements

    with host nation firms entered into after contract award must be approved in advance by the Contracting Officer.

    The contractor shall provide the information identified below to the Contracting Officer with any request for

    subcontract agreement approval.

    (1) The contractor shall provide the following in its request for each subcontractor:

    (i) The total proposed amount of the work (in terms of proposed price/cost) to be performed by the offeror;

    (ii) Name and address of the subcontractor;

    (iii) A copy of Iraqi/Afghan business license;

    (iv) The banking information for each subcontractor to include but not limited to the bank name, routing identifier,

    account number and name(s) on account(s);

    (v) The information on the subcontractorss key personnel (to include full name, address, nationality, passport # - as

    applicable, and date of birth);

    (vi) The total proposed amount of work (in terms of proposed price/cost) to be performed by the subcontractor

    under the contract, task order, or delivery order, or other contract mechanism.

    (vii) Description of the added value provided to the contractor as related to the work to be performed by the

    subcontractor

    (2) If an approved subcontractor, under the awarded contract, task order, delivery order, or other contract

    mechanism, intends to subcontract to a lower-tier subcontractor for work to be performed under its subcontract, the

    contractor shall provide the following to the Contracting Officer identified in its proposal:

    (i) The amount of the subcontractors price/costs applicable to the work to be performed by the lower-tier

    subcontractor; and

    (ii) A description of the added value provided by the subcontractor as related to the work to be performed by the

    lower-tier subcontractor.

    (b) Payrolls and basic records.

    The contractor and its subcontractors shall maintain payrolls and basic payroll records for all personnel working on

    the contract during the performance and shall make them available to the government until 3 years after contract

    completion. The records shall contain the name of each employee, labor classifications, hourly rates of wages paid,

    daily and weekly number of hours worked, deductions made, and actual wages paid.

    (c) Lower-tier Subcontracts.

    Lower-tier Subcontracts. The contractor shall insert the provisions set forth in paragraphs (a) and (b) of this clause in

    subcontracts that may require or involve the employment of laborers and mechanics and require subcontractors to

    include these provisions in any such lower-tier subcontracts. The contractor shall be responsible for compliance by

    any subcontractor or lower-tier subcontractor with the provisions set forth in paragraphs (a) and (b) of this clause.

    (d) Private Security.

    If any contractor and its subcontractors at all tiers require arming or private security under this contract they shall

    agree to obey all laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq

    and Afghanistan, including U.S. CENTCOM, United States Forces Iraq (USF-I) and United States Forces

    Afghanistan (USFOR-A) Commander orders, instructions and directives. Contractors will ensure that all employees,

    including employees at any tier of subcontracting relationships, armed under the provisions of this contract, comply

    with the contents of clause 952.225-0001, Arming Requirements and Procedures for Personal Security Services

    Contractors and for Requests for Personal Protection.

  • W91B4P-11-R-0068

    Page 17 of 58

    C3 CLAUSE 952.225-0016 CONTRACTOR DEMOBILIZATION (NOV 2010)

    (a) Full demobilization of contractors and subcontractor(s) in the Iraq/Afghanistan Combined/Joint Operations Area

    (CJOA) is critical to Responsible Drawdown. The prime contractor is required to submit a demobilization plan to

    the Contracting Officer a minimum of 30 days prior to the end of the contract performance period or when requested

    by the Contracting Officer. The demobilization plan shall address, as a minimum, the following procedures detailed

    below. The procedures outline specific guidance to ensure a timely and responsible exit from theater. Prime

    contractors are responsible and accountable to ensure their subcontractor(s) at all tiers comply with responsible and

    timely exit from theater immediately following contract performance completion or termination.

    (1) Exit from Iraq: The prime contractor shall follow the exit guidance issued by the United States (U.S.) Embassy

    Baghdad and shall ensure subcontractor(s) at all tiers also follow the exit procedures. The prime contractor is

    responsible to remain cognizant of Iraqi laws regarding exit from Iraq. Currently, all foreigners traveling out of Iraqi

    airports via commercial air transportation must have exit visas. Department of Defense, U.S. Forces-Iraq, Letters of

    Authorization (LOAs), and/or Embassy Badges are no longer the accepted means of exiting Iraq. All U.S. citizens

    and foreign national contractors must obtain an Iraqi exit sticker before departing the country. The exit sticker may

    be obtained from selected police stations or Ministry of Interior (MOI) offices. It is the prime contractors

    responsibility to ensure that the most recent exit procedures are followed and to ensure that subcontractor(s) at all

    tiers are in compliance with exit procedures. Assistance for this procedure may be obtained by e-mailing

    [email protected] or phone 240-553-0581, ext 2782 or ext 2092.

    (2) Letter of Authorization (LOA): The prime contractor is responsible for demobilizing its workforce, including

    subcontractor employees at all tiers, and all contractor owned and subcontractor owned equipment out of theater as

    part of the prime contractors exit strategy. This exit strategy must include reasonable timeframes starting with the

    end of the contract performance period and not exceeding 30 days. The Contracting Officer has the authority to

    extend selected LOAs up to, but not exceeding 30 calendar days after the contract completion date to allow the prime

    contractor to complete demobilization of its workforce and contractor owned equipment, as well as subcontractor(s)

    workforce and owned equipment, out of the Iraq/Afghanistan CJOA. The prime contractor shall notify the

    Contracting Officer a minimum of 30 days prior to the end of the contract period to request up to a 30-day extension

    of selected LOAs beyond the contract completion date to complete demobilization. The request shall include at a

    minimum:

    (i) the name of each individual requiring a new LOA;

    (ii) the number of days for the LOA (no more than 30 calendar days); and

    (iii) justification for the request (e.g., what function the individual(s) will be performing during the demobilization

    period).

    The Contracting Officer may request additional information for an LOA extension. Any LOA extension granted

    beyond the contract completion date shall not exceed 30 days and the contractor is not entitled to additional

    compensation for this period. If approved by the contracting officer, this is a no cost extension of an employees

    LOA due to demobilization and in no way is an extension of the contract performance period.

    (3) Badging: The prime contractor is responsible to ensure all employee badges, including subcontractor employees

    at all tiers, are returned to the local Access Control Badging Office for de-activation and destruction. The prime

    contractor shall submit a Badge Termination Report to ensure each record is flagged and the badge is revoked. If a

    prime and/or subcontractor employees badge is not returned, the prime contractor shall submit a Lost, Stolen or

    Unrecovered Badge Report to the appropriate Access Control Badging Office. Contractor employees in possession

    of a Common Access Card (CAC) shall be responsible for turning in the CAC upon re-deployment through a

    CONUS Replacement Center in the U.S. Failure to return employee badges in a timely manner may result in delay of

    final payment.

  • W91B4P-11-R-0068

    Page 20 of 58

    (a) The standards set forth herein are the minimum requirements for the contract. These standards must be followed

    unless a more stringent standard is specifically included. In such case the most stringent standard shall be required

    for contract acceptance.

    (b) The contractor, in coordination with the Contracting Officer, Base Camp Mayor, Base/Unit Engineers, and

    requiring activity shall evaluate, upgrade, build, and/or refurbish buildings to a safe and livable condition. This work

    may include refurbishment, construction, alterations, and upgrades. All work shall be in accordance with accepted

    standards of quality.

    (c) As dictated by the Unified Facilities Criteria (UFC) the contract shall meet:

    (1) the minimum requirements of United States National Fire Protection Association (NFPA) 70,

    (2) 2008 National Electrical Code (NEC),

    (3) American National Standards Institute (ANSI) C2, and

    (4) United States National Electrical Safety Code (NESC).

    (d) These standards must be met when it is reasonable to do so with available materials. When conditions dictate

    deviation, then provisions within the International Electrical Code (IEC) or British Standard (BS 7671) shall be

    followed. Any deviations from the above necessary to reflect market conditions, shall receive prior written approval

    from a qualified engineer and the Contracting Officer.

    (e) The following internet links provide access to some of these standards:

    UFC: http://65.204.17.188/report/doc_ufc.html

    NFPA 70: http://www.nfpa.org

    NESC: http://www.standards.ieee.org/nesc

  • W91B4P-11-R-0068

    Page 23 of 58

    reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not

    respectively limited and defined.

    Employee means an employee of the Contractor directly engaged in the performance of work under the contract who

    has other than a minimal impact or involvement in contract performance.

    Forced Labor means knowingly providing or obtaining the labor or services of a person--

    (1) By threats of serious harm to, or physical restraint against, that person or another person;

    (2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not

    perform such labor or services, that person or another person would suffer serious harm or physical restraint; or

    (3) By means of the abuse or threatened abuse of law or the legal process.

    Involuntary servitude includes a condition of servitude induced by means of--

    (1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or

    continue in such conditions, that person or another person would suffer serious harm or physical restraint; or

    (2) The abuse or threatened abuse of the legal process.

    Severe forms of trafficking in persons means--

    (1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person

    induced to perform such act has not attained 18 years of age; or

    (2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the

    use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or

    slavery.

    Sex trafficking means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose

    of a commercial sex act.

    (b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons.

    Contractors and contractor employees shall not--

    (1) Engage in severe forms of trafficking in persons during the period of performance of the contract;

    (2) Procure commercial sex acts during the period of performance of the contract; or

    (3) Use forced labor in the performance of the contract.

    (c) Contractor requirements. The Contractor shall--

    (1) Notify its employees of--

    (i) The United States Government's zero tolerance policy described in paragraph (b) of this clause; and

    (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are

    not limited to, removal from the contract, reduction in benefits, or termination of employment; and

    (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the

    policy in paragraph (b) of this clause.

  • W91B4P-11-R-0068

    Page 28 of 58

    purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an

    improper invoice and delays in accrual of interest penalties apply.

    (2) If the EFT information changes after submission of correct EFT information, the Government shall begin using

    the changed EFT information no later than 30 days after its receipt by the designated office to the extent payment is

    made by EFT. However, the Contractor may request that no further payments be made until the updated EFT

    information is implemented by the payment office. If such suspension would result in a late payment under the

    prompt payment terms of this contract, the Contractor's request for suspension shall extend the due date for payment

    by the number of days of the suspension.

    (e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the

    Government used the Contractor's EFT information incorrectly, the Government remains responsible for--

    (i) Making a correct payment;

    (ii) Paying any prompt payment penalty due; and

    (iii) Recovering any erroneously directed funds.

    (2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, or was

    revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve

    System, and--

    (i) If the funds are no longer under the control of the payment office, the Government is deemed to have made

    payment and the Contractor is responsible for recovery of any erroneously directed funds; or

    (ii) If the funds remain under the control of the payment office, the Government shall not make payment and the

    provisions of paragraph (d) shall apply.

    (f) EFT and prompt payment. A payment shall be deemed to have been made in a timely manner in accordance with

    the prompt payment terms of this contract if, in the EFT payment transaction instruction released to the Federal

    Reserve System, the date specified for settlement of the payment is on or before the prompt payment due date,

    provided the specified payment date is a valid date under the rules of the Federal Reserve System.

    (g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the

    assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that

    the assignee shall provide the EFT information required by paragraph (j) of this clause to the designated office, and

    shall be paid by EFT in accordance with the terms of this clause. In all respects, the requirements of this clause shall

    apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to

    be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is

    incorrect EFT information within the meaning of paragraph (d) of this clause.

    (h) Liability for change of EFT information by financial agent. The Government is not liable for errors resulting from

    changes to EFT information provided by the Contractor's financial agent.

    (i) Payment information. The payment or disbursing office shall forward to the Contractor available payment

    information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve

    System. The Government may request the Contractor to designate a desired format and method(s) for delivery of

    payment information from a list of formats and methods the payment office is capable of executing. However, the

    Government does not guarantee that any particular format or method of delivery is available at any particular

    payment office and retains the latitude to use the format and delivery method most convenient to the Government. If

    the Government makes payment by check in accordance with paragraph (a) of this clause, the Government shall mail

    the payment information to the remittance address in the contract.

  • W91B4P-11-R-0068

    Page 31 of 58

    price or extension of the performance schedule on any stop work order issued under this clause.

    (e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation

    of the parties, in subcontracts.

    (End of clause)

    52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984)

    (a) The Government shall make all reasonably required amounts of utilities available to the Contractor from existing

    outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each

    utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the

    Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting

    Officer. The Contractor shall carefully conserve any utilities furnished without charge.

    (b) The Contractor, at its expense and in a workmanlike manner satisfactory to the Contracting Officer, shall install

    and maintain all necessary temporary connections and distribution lines, and all meters required to measure the

    amount of each utility used for the purpose of determining charges. Before final acceptance of the work by the

    Government, the Contractor shall remove all the temporary connections, distribution lines, meters, and associated

    paraphernalia.

    (End of clause)

    52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997)

    (a) The Contractor shall keep on the work site a copy of the drawings and specifications and shall at all times give

    the Contracting Officer access thereto. Anything mentioned in the specifications and not shown on the drawings, or

    shown on the drawings and not mentioned in the specifications, shall be of like effect as if shown or mentioned in

    both. In case of difference between drawings and specifications, the specifications shall govern. In case of

    discrepancy in the figures, in the drawings, or in the specifications, the matter shall be promptly submitted to the

    Contracting Officer, who shall promptly make a determination in writing. Any adjustment by the Contractor without

    such a determination shall be at its own risk and expense. The Contracting Officer shall furnish from time to time

    such detailed drawings and other information as considered necessary, unless otherwise provided.

    (b) Wherever in the specifications or upon the drawings the words "directed", "required", "ordered", "designated",

    "prescribed", or words of like import are used, it shall be understood that the "direction", "requirement", "order",

    "designation", or "prescription", of the Contracting Officer is intended and similarly the words "approved",

    "acceptable", "satisfactory", or words of like import shall mean "approved by," or "acceptable to", or "satisfactory

    to" the Contracting Officer, unless otherwise expressly stated.

    (c) Where "as shown," as indicated", "as detailed", or words of similar import are used, it shall be understood that

    the reference is made to the drawings accompanying this contract unless stated otherwise. The word "provided" as

    used herein shall be understood to mean "provide complete in place," that is "furnished and installed".

    (d) Shop drawings means drawings, submitted to the Government by the Contractor, subcontractor, or any lower tier

    subcontractor pursuant to a construction contract, showing in detail (1) the proposed fabrication and assembly of

    structural elements, and (2) the installation (i.e., fit, and attachment details) of materials or equipment. It includes

    drawings, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data,

    and similar materials furnished by the contractor to explain in detail specific portions of the work required by the

    contract. The Government may duplicate, use, and disclose in any manner and for any purpose shop drawings

  • W91B4P-11-R-0068

    Page 34 of 58

    (e) The Contracting Officer shall notify the Contractor, in writing, within a reasonable time after the discovery of any

    failure, defect, or damage.

    (f) If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the

    Government shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the

    Contractor's expense.

    (g) With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work

    performed and materials furnished under this contract, the Contractor shall--

    (1) Obtain all warranties that would be given in normal commercial practice;

    (2) Require all warranties to be executed, in writing, for the benefit of the Government, if directed by the Contracting

    Officer; and

    (3) Enforce all warranties for the benefit of the Government, if directed by the Contracting Officer.

    (h) In the event the Contractor's warranty under paragraph (b) of this clause has expired, the Government may bring

    suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty.

    (i) Unless a defect is caused by the negligence of the Contractor or subcontractor or supplier at any tier, the

    Contractor shall not be liable for the repair of any defects of material or design furnished by the Government nor for

    the repair of any damage that results from any defect in Government-furnished material or design.

    (j) This warranty shall not limit the Government's rights under the Inspection and Acceptance clause of this contract

    with respect to latent defects, gross mistakes, or fraud.

    (End of clause)

    52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004) -

    ALTERNATE I (SEP 1996)

    (a) The Government may terminate performance of work under this contract in whole or, from time to time, in part if

    the Contracting Officer determines that a termination is in the Government's interest. The Contracting Officer shall

    terminate by delivering to the Contractor a Notice of Termination specifying the extent of termination and the

    effective date.

    (b) After receipt of a Notice of Termination, and except as directed by the Contracting Officer, the Contractor shall

    immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts

    due under this clause:

    (1) Stop work as specified in the notice.

    (2) Place no further subcontracts or orders (referred to as subcontracts in this clause) for materials, services, or

    facilities, except as necessary to complete the continued portion of the contract.

    (3) Terminate all subcontracts to the extent they relate to the work terminated.

    (4) Assign to the Government, as directed by the Contracting Officer, all right, title, and interest of the Contractor

    under the subcontracts terminated, in which case the Government shall have the right to settle or to pay any

    termination settlement proposal arising out of those terminations.

  • W91B4P-11-R-0068

    Page 37 of 58

    (m)(1) The Government may, under the terms and conditions it prescribes, make partial payments and payments

    against costs incurred by the Contractor for the terminated portion of the contract, if the Contracting Officer believes

    the total of these payments will not exceed the amount to which the Contractor will be entitled.

    (2) If the total payments exceed the amount finally determined to be due, the Contractor shall repay the excess to the

    Government upon demand, together with interest computed at the rate established by the Secretary of the Treasury

    under 50 U.S.C. App. 1215(b)(2). Interest shall be computed for the period from the date the excess payment is

    received by the Contractor to the date the excess is repaid. Interest shall not be charged on any excess payment due

    to a reduction in the Contractor's termination settlement proposal because of retention or other disposition of

    termination inventory until 10 days after the date of the retention or disposition, or a later date determined by the

    Contracting Officer because of the circumstances.

    (n) Unless otherwise provided in this contract or by statute, the Contractor shall maintain all records and documents

    relating to the terminated portion of this contract for 3 years after final settlement. This includes all books and other

    evidence bearing on the Contractor's costs and expenses under this contract. The Contractor shall make these records

    and documents available to the Government, at the Contractor's office, at all reasonable times, without any direct

    charge. If approved by the Contracting Officer, photographs, microphotographs, or other authentic reproductions

    may be maintained instead of original records and documents.

    (End of clause)

    52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984)

    (a) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its

    completion within the time specified in this contract including any extension, or fails to complete the work within

    this time, the Government may, by written notice to the Contractor, terminate the right to proceed with the work (or

    the separable part of the work) that has been delayed. In this event, the Government may take over the work and

    complete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the

    work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the

    Government resulting from the Contractor's refusal or failure to complete the work within the specified time, whether

    or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs

    incurred by the Government in completing the work.

    (b) The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this

    clause, if--

    (1) The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or

    negligence of the Contractor. Examples of such causes include

    (i) acts of God or of the public enemy,

    (ii) acts of the Government in either its sovereign or contractual capacity,

    (iii) acts of another Contractor in the performance of a contract with the Government,

    (iv) fires,

    (v) floods,

    (vi) epidemics,

    (vii) quarantine restrictions,

  • W91B4P-11-R-0068

    Page 39 of 58

    (a) "Definition. Contracting officer's representative" means an individual designated in accordance with subsection

    201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting

    officer to perform specific technical or administrative functions.

    (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a

    copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting

    officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity,

    delivery, or any other term or condition of the contract.

    (End of clause)

    252.225-7041 CORRESPONDENCE IN ENGLISH (JUNE 1997)

    The Contractor shall ensure that all contract correspondence that is addressed to the United States Government is

    submitted in English or with an English translation.

    (End of clause)

    252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS

    OUTSIDE THE UNITED STATES (MAR 2006)

    (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying

    areas.

    (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or

    traveling outside the United States under this contract, shall--

    (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

    (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory

    basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country

    nationals comply with any security related requirements of the Embassy of their nationality;

    (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information

    commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and

    their families, to the extent such information can be made available prior to travel outside the United States; and

    (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and

    subcontractor personnel.

    (c) The requirements of this clause do not apply to any subcontractor that is--

    (1) A foreign government;

    (2) A representative of a foreign government; or

    (3) A foreign corporation wholly owned by a foreign government.

  • W91B4P-11-R-0068

    Page 42 of 58

    (a) Definition. "Discipline working Group," as used in this clause, means representatives from the DoD Components,

    as defined in MIL-STD-3007F, who are responsible for the unification and maintenance of the Unified Facilities

    Criteria (UFC) documents for a particular discipline area.

    (b) The Contractor shall ensure, consistent with the requirements of the applicable inspection clause in this contract,

    that the facilities, infrastructure, and equipment acquired, constructed, installed, repaired, maintained, or operated

    under this contract comply with United Facilities Criteria (UFC) 1-200-01 for---

    (1) Fire protection;

    (2) Structural integrity;

    (3) Electrical systems;

    (4) Plumbing;

    (5) Water treatment;

    (6) Waste disposal; and

    (7) Telecommunications networks.

    (c) The Contractor may apply a standard equivalent to or more stringent than UFC 1-200-01 upon a written

    determination of the acceptability of the standard by the Contracting Officer with the concurrence of the relevant

    Discipline Working Group.

    (End of clause)

    KTR PERSONNEL IN CENTCOM AOR

    CONTRACTOR PERSONNEL IN THE UNITED STATES CENTRAL COMMAND AREA OF

    RESPONSIBILITY (DEVIATION #2 - 2007-O0010)

    (a) Definitions. As used in this clause

    Chief of mission means the principal officer in charge of a diplomatic mission of the United States or if a United

    States office abroad which is designated by the Secretary of State as diplomatic in nature, including any individual

    assigned under section 502(c) of the Foreign Service Act of 1980 (Public Law 96-465) to be temporarily in charge of

    such a mission or office.

    Combatant commander means the commander of a unified or specified combatant command established in

    accordance with 10 U.S.C. 161.

    (b) General. (a) This clause applies when contractor personnel are required to perform in the United States Central

    command (USCENTCOM) Area of Responsibility (AOR), and are not covered by the clause at DFARS 252.225-

    7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States.

    (2) Contract performance may require work in dangerous or austere conditions. Except as otherwise provided in the

    contract, the Contractor accepts the risks associated with required contract performance in such operations.

    (3) Contractor personnel are civilians.

  • W91B4P-11-R-0068

    Page 47 of 58

    Section J - List of Documents, Exhibits and Other Attachments

    .

    DOCUMENT TYPE DESCRIPTION PAGES DATE

    Attachment 1 Statement of Work 13 17 Jul 11

    Attachment 2

    Attachment 2

    Drawings

    Statement of Work (General Requirements)

    12

    79

    N/A

    N/A

  • W91B4P-11-R-0068

    Page 48 of 58

    Section K - Representations, Certifications and Other Statements of Offerors

    CLAUSES INCORPORATED BY REFERENCE

    52.209-5 Certification Regarding Responsibility Matters APR 2010

    52.225-20 Prohibition on Conducting Restricted Business Operations in

    Sudan--Certification

    AUG 2009

    52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to

    Iran--Certification.

    SEP 2010

    252.209-7001 Disclosure of Ownership or Control by the Government of a

    Terrorist Country

    JAN 2009

    252.225-7031 Secondary Arab Boycott Of Israel JUN 2005

    252.225-7042 Authorization to Perform APR 2003

    CLAUSES INCORPORATED BY FULL TEXT

    52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (APR 2010)

    (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).

    (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than

    $10,000,000.

    (c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer,

    that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is

    current, accurate, and complete as of the date of submission of this offer with regard to the following information:

    (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the

    award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal

    or State level that resulted in any of the following dispositions:

    (i) In a criminal proceeding, a conviction.

    (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty,

    reimbursement, restitution, or damages of $5,000 or more.

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

  • W91B4P-11-R-0068

    Page 51 of 58

    (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an

    authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.

    (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR

    Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of

    the regulation.

    (End of provision)

    952.225-0014 NOTIFICATION OF SUBCONTRACTING REQUIREMENTS (JUL 2010)

    (a) Performance of work by a host nation contractor when utilizing a subcontractor.

    The offeror shall provide, with its proposal, the following for each subcontractor:

    (i) The total proposed amount of the work (in terms of proposed price/cost) to be performed by the offeror;

    (ii) Name and address of the subcontractor;

    (iii) A copy of Iraqi/Afghan business license;

    (iv) The banking information for each subcontractor to include but not limited to the bank name, routing identifier,

    account number and name(s) on account(s);

    (v) The information on the subcontractorss key personnel (to include full name, address, nationality, passport # - as

    applicable, date of birth); and

    (vi) The total proposed amount of work (in terms of proposed price/cost) to be performed by the subcontractor

    under the contract, task order, or delivery order, or other contract mechanism.

    (b) If the offeror intends to subcontract work to be performed under the contract, task order, delivery order, or other

    contract mechanism, the offeror shall identify in its proposal a description of the added value provided by the offeror

    as related to the work to be performed by the subcontractor (s).

    (c) If any subcontractor proposed under the contract, task order, delivery order, or other contract mechanism,

    intends to subcontract to a lower-tier subcontractor for work to be performed under its subcontract, the offeror shall

    identify in its proposal:

    (i) The amount of the subcontractors costs applicable to the work to be performed by the lower-tier

    subcontractor(s); and

    (ii) A description of the added value provided by the subcontractor as related to the work to be performed by the

    lower-tier subcontractor(s).

    (d) If any contractor and its subcontractors at all tiers require arming or private security under this contract they

    shall agree to obey all respective laws, regulations, orders, and directives applicable to the use of private security

    personnel in Iraq and Afghanistan, including U.S. CENTCOM, United States Forces Iraq (USF-I) and United

    States Forces Afghanistan (USFOR-A) Commander orders, instructions and directives. Contractors will ensure

    that all employees, including employees at any tier of subcontracting relationships, armed under the provisions of

    this contract, comply with the contents of clause 952.225-0001, Arming Requirements and Procedures for Personal

    Security Services Contractors and for Requests for Personal Protection.

    C3 PROVISION 952.228-0002 DEFENSE BASE ACT INSURANCE RATES LIMITATION FIXED-PRICE

    CONTRACTS

  • W91B4P-11-R-0068

    Page 53 of 58

    (3) An award or proposed award of the contract.

    (4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the

    termination or cancellation is based in whole or in part on improprieties concerning the award of the contract.

    (c) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (g) of this

    provision for resolution of protests.

    (d) For the purpose of filing a C3 Agency Protest, an interested party means an actual or prospective bidder or

    offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a

    contract.

    (e) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-

    mail address; the solicitation or contract number, identity of the contracting activity and the contracting officer's

    name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of

    Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request

    for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and

    must state it is an Agency Protest for decision by the Contracting Officer.

    (f) C3 Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows)

    by obtaining written and dated acknowledgment of receipt from the RC East Joint Contracting Office, FOB Salerno,

    APO AE, 09314

    PROPOSAL PREPARATION

    A. GENERAL INSTRUCTIONS:

    Purpose.

    Each offeror is required to furnish the following items in response to this solicitation. Offerors are cautioned to

    follow all instructions fully and carefully, as the Government reserves the right to make an award based on initial

    offers received, without discussion of such offers. Also, lack of the following submittals as a part of the offerors

    response to the solicitation may convey a basic lack of understanding of the Governments requirements resulting in

    the offeror being declared non-responsive.

    Instructions.

    The following specific instructions are applicable to the listed sections of the solicitation and must be furnished in

    response to this solicitation.

    1. Furnish a completed Standard Form 1442. Blocks 14 through 20c must be completed. An authorized official of the firm must sign the Standard Form 1442.

    2. Section B, Bidding Schedule. This schedule must contain prices in all line items. A no offer or a lack of an entry in any line item could cause your offer to be declared non-responsive. Check your

    mathematics.

    3. Section K, Representations and Certifications. Complete the appropriate representations, certifications,

    etc., if applicable to your company.

    4. Section L, Provide all information/documentation requested within this section. Offerors are cautioned

    to carefully follow the instructions, as the Government reserves the right to make award based on initial

    offers received, without discussion of such offers.

    5. Prospective offerors shall submit the following documents, divided in volumes and in the number of

    copies specified

  • W91B4P-11-R-0068

    Page 56 of 58

    Section M - Evaluation Factors for Award

    BASIS FOR AWARD

    a. Proposals will be evaluated using the procedures from the source selection policies and procedures

    contained in the Federal Acquisition Regulation (FAR) 15.1, specifically, FAR 15.101-2, Lowest Price Technically

    Acceptable (LPTA). Award will be made to the Offeror who reflects a complete understanding of the specifications

    and drawings for the Request for Proposal based on selection of the offer with the lowest, realistic and reasonable

    evaluated price, followed by the first offer found to be technically acceptable. If the lowest priced offer is found to

    be technically acceptable, evaluations will stop at this point without consideration of any other offers as this

    represents the lowest priced, technically acceptable offer. The Government reserves the right to refrain from

    awarding to the lowest priced, technically acceptable offeror if it is determined the price proposed is not realistic or

    reasonable.

    b. Offerors may be given the opportunity to clarify certain aspects of proposals or to resolve minor or

    clerical errors. The results of clarifications and/or the evaluation of the offerors cost information may indicate it is in

    the best interests of the government to allow offerors to furnish revised proposals. In this case, the Government shall

    establish a competitive range. The contracting officer may limit the number of proposals in the competitive range to

    the greatest number that will permit an efficient competition, as permitted by FAR 52.215-1.

    c. The Government reserves the right to evaluate proposals and award a contract without discussions.

    Therefore, each initial offer should contain the offerors best terms from a price and technical standpoint. However,

    the Government reserves the right to conduct discussions if later determined by the Government to be necessary.

    Failure of an offerors proposal to meet ANY given requirement of the RFP may result in the entire proposal being found to be unacceptable and eliminated from further competition.

    EVALUATION FACTORS:

    The below areas of the proposals will be evaluated. Factor 1 will be evaluated before evaluation of other factors. The

    following areas will be evaluated:

    Factor 1: Cost/Price

    Factor 2: Technical Capability

    Subfactor 1: Past Performance

    Subfactor 2: Key Project Management/Technical Support Plan/NEC 2008 (Or International

    Equivalent) Licensed Electrician

    Subfactor 3: Contractor Quality Control/Safety Plan

    Subfactor 4: Progress Schedule/Timeline and Bill of Materials (BOM)

    COST/PRICE (Factor 1)

    Each offerors proposed price will be evaluated for reasonableness and realism IAW FAR 15.305(a)(1) and FAR

    15.404. Reasonableness will be determined based on prices submitted by the competition, current market conditions,

    and comparison to the Government estimate. Realism will be based on an evaluation of prices to determine if they

    are compatible with the scope of effort, are not unbalanced, and are neither excessive nor insufficient for the effort to

    be accomplished. Any unreasonably or unrealistically priced proposal is subject to removal from the competitive

    range on the basis that the offeror does not understand the requirement or has submitted an unrealistic proposal.

    Price will be evaluated by comparison of pricing among all offerors submitted and/or the Independent Government

    Estimate. Award will be made to the lowest priced, technically acceptable offer.