item no - east coast electriceast coast electric  · web viewthe contractor shall provide an...

84
C H ER R Y PO IN T S ATELLITE C O N TR AC TING O FF. ATTN : JAM ES R H O DES PSC BO X 8018 BLDG . 159, M C AS C H ER R Y PO IN T N C 28533-0018 252-466-8298 252-466-3571 U NDER D PAS (15 C FR 700) 11. D ELIVER Y FO R FO B R FQ SEE SCHEDU LE 14. M ETH O D O F SO LIC ITATION IFB R FP CODE SEE ADDENDUM BLOC K IS M AR KED D ESTIN ATIO N UNLESS 12. D ISC O U NT TERM S (No Collect Calls) 1000 E M P 13b. R ATING 13a. TH IS C O N TR AC T IS A R ATED O RDER X CODE M00146-14-T-9004 06-N ov-2013 b.TELEPHO NE NUM BER 252-466-2895 8.O FFER DUE DATE/LO CA L T IM E 01:00 P M 06 D ec 2013 5.SO LICITA TIO N NUM BER 6.SO LICITA TIO N ISSUE DATE AUTHO R IZED FO R LO CAL REPRO DUCTIO N PR E VIO US EDITIO N IS N O T U S A B LE STANDARD FO RM 1449 (R E V 3/2005) P rescribed by G SA FA R (48 C FR )53.212 ( TYPE OR PRI NT) (S IG NATURE O F CO NTRACTING O FFICER)31c. DATE SIGNED ADDENDA X AR E 26. TO TAL AW AR D AM O UN T (ForG ovt. U se O nly) 22.UN IT 23.UN IT P RICE 24.A M O U N T 21.Q U AN TITY CODE 10. TH IS AC Q UISITION IS U N R ESTR IC TED FAX: N AICS: TE L: CODE 18a. PAYM EN T W ILL BE M AD E BY OFFEROR SUCH ADDRESS IN O FFER 17b.C H E C K IF R E M ITTA N C E IS D IFFE R E N T A N D PU T B E LO W IS CHECKED TE L. M 00146 SIZE STD : 9. ISSU E D BY FACILITY CODE 17a.C O N TR AC TO R / 18b.S U B M IT INVO IC E S TO ADDRESS SHO W N IN B LO CK 18a.UNLESS BLO CK 15. D ELIVER TO C ODE 16. AD M IN ISTER ED BY SEE SCHEDULE 7.FO R SO LICITATIO N INFO RM AT IO N CALL: a.NAM E JA M ES M .RHODES 2.CO NTRACT NO . 3.AW A R D /E FFE C T IV E D A T E 4.O RDER NUM BER (TYPE OR PRINT) 30b.N A M E A N D TITLE O F S IG NER 30c.D A TE S IG NED 31b. NAME OF CONTRACTING OFFICER 30a.S IG NATURE O F O FFE R O R /C O N TR A C TO R 31a.UNITED STATES OF AMERICA 27a. SO LIC ITATIO N IN COR PO RATES BY REFER ENC E FAR 52.212-1.52.212-4. FAR 52.212-3. 52.212-5 AR E ATTAC H ED. X 25. AC C O UNTING AND APPRO PR IATIO N DATA 1.REQ U IS ITIO N NUM BER 19.ITE M NO . 20.SCHEDULE O F S UP P LIE S /S E R VIC E S SEE SCHEDULE 336413 TO ISSU IN G O FFIC E.C O N TR AC TO R AGR EES TO FU RN ISH AN D D ELIVER ALL ITEM S SET FOR TH OR O THERW ISE ID EN TIFIED ABO VE AN D O N AN Y ADDITION AL SHEETS SU BJEC T TO THE TERMS AND CO NDITION S SPEC IFIED H ER EIN . SB HU BZO NE SB SET ASID E: 100 % FO R PAG E 1 O F 60 OFFEROR TO COMPLE TE BLOCKS 12, 17, 23, 24, AND 30 SO LIC ITATIO N /CO N TR AC T/O RDER FO R CO M M ER C IAL ITEM S M 0014614T9004 AR E N O T ATTAC HED 27b.C O N TR AC T/PU R CHASE O R D ER IN CO RPO RATES BY R EFEREN C E FAR 52.212-4. FAR 52.212-5 IS ATTAC H ED. ADDENDA AR E AR E N O T ATTAC HED TEL: EMAIL: 1 C O PIES (BLO C K 5), IN C LU DIN G AN Y AD D ITIO N S O R CH AN G ES W HIC H AR E SET FOR TH H ER EIN , IS AC CEPTED AS TO ITEM S: . O FFER D ATED YO U R O FFER O N SO LIC ITATION 28. C ON TR AC TO R IS R EQ UIR ED TO SIGN TH IS D OC UM EN T AN D RETUR N 29. AW AR D O F C O N TR AC T: R EFER ENCE X 8(A) SVC -D ISABLED VET-O W N ED SB EM ERG ING SB X X

Upload: hoangnhi

Post on 21-Oct-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

CHERRY POINT SATELLITE CONTRACTING OFF.ATTN: JAMES RHODESPSC BOX 8018BLDG. 159, MCASCHERRY POINT NC 28533-0018

252-466-8298

252-466-3571

UNDER DPAS (15 CFR 700)

11. DELIVERY FOR FOB

RFQ

SEE SCHEDULE

14. METHOD OF SOLICITATION

IFB RFP

CODE

SEE ADDENDUM

BLOCK IS MARKEDDESTINATION UNLESS

12. DISCOUNT TERMS

(No Collect Calls)

1000 EMP

13b. RATING

13a. THIS CONTRACT IS A RATED ORDER

X

CODE

M00146-14-T-9004 06-Nov-2013b. TELEPHONE NUMBER

252-466-28958. OFFER DUE DATE/LOCAL TIME

01:00 PM 06 Dec 2013

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV 3/2005)Prescribed by GSAFAR (48 CFR) 53.212

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER) 31c. DATE SIGNED

ADDENDA X ARE

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

22. UNIT 23. UNIT PRICE 24. AMOUNT21. QUANTITY

CODE 10. THIS ACQUISITION IS

UNRESTRICTED

FAX: NAICS:

TEL:

CODE 18a. PAYMENT WILL BE MADE BYOFFEROR

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

BELOW IS CHECKED

TEL.

M00146

SIZE STD:

9. ISSUED BY

FACILITY CODE

17a.CONTRACTOR/

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

15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

7. FOR SOLICITATION INFORMATION CALL:

a. NAMEJAMES M. RHODES

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

19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES

SEE SCHEDULE

336413

TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMSSET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETSSUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

SB

HUBZONE SB

SET ASIDE: 100 % FOR

PAGE 1 OF 60OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSM0014614T9004

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

TEL: EMAIL:

1 COPIES

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARESET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

.OFFER DATED YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 29. AWARD OF CONTRACT: REFERENCE

X

8(A)

SVC-DISABLED VET-OWNED SB

EMERGING SB

X

X

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

SEE SCHEDULE

19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES 21. QUANTITY 22. UNIT 24. AMOUNT

PAGE 2 OF

23. UNIT PRICE

60

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 3/2005) BACKPrescribed by GSAFAR (48 CFR) 53.212

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

M00146-14-T-9004

Page 3 of 57

Section A - Solicitation/Contract Form

SUMMARY INFORMATION FOR VENDORS

1. Point of Contact: James M. Rhodes / Contract SpecialistPhone: 252.466.2895E-mail: [email protected]

2. Small Business Set-Aside: This requirement is 100% set-aside for small business concerns. The NAICS assigned to this requirement is 336413 with a corresponding size standard of 1000 employees. Therefore, quoations from large business concerns will be excluded from evaluation.

3. Quotation due date/time: Quotations submitted in response to this requirement must be received at the location specified in paragraph 2) of Addendum to FAR 52.212-1 (See Section L) no later than 1:00 p.m. (EST) on 06 December 2013.

4. Address for submission of Vendor’s quote: Quotations submitted in response to this requirement

must be submitted to the location specified in paragraph 2) of Addendum to FAR 52.212-1 (See Section L).

5. Advice to Vendors: Vendors are advised to read this document in its entirety, paying particular attention to the information provided in Section C – Purchase Description/Specification, Section L - Instructions, Conditions and Notices to Vendors, and Section M- Evaluation Factors for Award.

6. Content of Vendor’s Quote: At a minimum, the vendor’s quote must includeall of the information requested in paragraph 3) of the Addendum to FAR 52.212-1 located in Section L. It is recommended, but not required, that the information be presented in the same order as listed in the instructions.

7. Evaluation of Quotes: Quotes received in response to this requirement will be evaluated in accordance with the information provided in Section M- Evaluation Factors for Award.

M00146-14-T-9004

Page 4 of 57

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0001 1 Each

HYDRAULIC SYSTEM UPGRADEFFPUpgrade of one side (Northeast) of the Central Hydraulic System (CHS) located in Building 137, Hangar 1 of the Fleet Readiness Center - East, MCAS Cherry Point NC in accordance with the Purchase Description, Section C.

M00146-14-T-9004

Page 5 of 57

Section C - Descriptions and Specifications

PURCHASE DESCRIPTION FOR THECENTRAL HYDRAULIC SYSTEM UPGRADE AT THE

FLEET READINESS CENTER - EAST, CHERRY POINT NC

1.0 SCOPE. This Purchase Description (PD) describes the minimum requirements for upgrading one side (Northeast) of the Central Hydraulic System (CHS) located in Hangar 1 (EIN 65923081065), Bldg. 137, FRC East, Marine Corps Air Station, Cherry Point, NC, The upgraded CHS shall be capable of delivering 38 gallons per minute (gpm) of MIL-PRF-83282 hydraulic fluid at a pressure of 5000 pounds per square inch gage (psig) at point of use for each aircraft, limited to two (2) aircraft. Installation of the upgrade shall consist of one (1) motor driven hydraulic module on the Northeast side of the Hangar 1, installed on the existing hydraulic platform.

2.0 APPLICABLE DOCUMENTS

2.1. Government Documents. The following documents form part of this PD to the extent specified herein. SPECIFICATIONS MilitaryMIL-PRF-83282 Hydraulic Fluid, Fire Resistant REV D AMEND 1

(Dec 1997)

U. S. DEPARTMENT OF LABOR

29 CFR 1910 Subpart 0 Machinery and Machine Guarding (Jan 1998)29 CFR 1910 Subpart S Electrical (Jan 1998)29 CFR 1910.147 Control of Hazardous Energy (Lockout/Tagout)

(Jan 1998)

U. S. NAVY

OPNAVINST 5100.23E Hearing Conservation and Noise Chapter 18 Abatement (Jan 1999)

Naval Aviation Drawing PE-18542

Central Hydraulic System Replacement(Phase II), Hangar 1, Bldg 137

NA 01-lA-17 Aviation Hydraulics Manual (Mar 2000)NA 17-5TR-04 Standard Practice for Calibration and Measurement Requirements

(Jul 1997)

(Copies of specifications, standards, drawings, and publications required by suppliers in connection with specific procurement functions should be obtained as directed by the contracting officer.)

FRC East Drawing PE-21370P (Electrical Installation)

2.2. Non-Government Documents. The following documents form part of this PD to the extent specified.

National Electrical Manufacturers Association (NEMA)

ANSI/NEMA MG 1: Motors and Generators (2011 revision, October 2012 errata)

(Address application for copies to National Electrical Manufacturer's Association, 1300 N. 17 th St., Suite 1847, Rosslyn, VA 22209)

M00146-14-T-9004

Page 6 of 57

National Fire Protection Association (NFPA)

NFPA 79: Electrical Standard for Industrial Machinery (2012 edition)

NFPA 70: National Electrical Code (2011 edition)

NFPA 70E: Standard for Electrical Safety in the Workplace (2012 edition)

(Applications for copies should be addressed to the National Fire Protection Association, ATTN: Support Services, 11 Tracy Drive, Avon, MA 02322)

2.3. Order of Precedence . In the event of conflict between the text of this PD and the references cited herein, the text of this PD shall take precedence. Nothing in this PD however, shall supersede applicable laws and regulations unless exemption has been obtained.

3.0 REQUIREMENTS

3.1. General Information and Coverage. All equipment that is replaced shall be new and unused, capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be completed so that when connected to the utilities identified herein, it can be used for any function for which it is designed and constructed. Prior to installation and/or removal of any existing equipment, the contractor shall lockout/tagout all energy sources IAW OSHA 29 CFR 1910 then notify the government for inspection and final approval. In addition, the government may also choose to conduct a dual lockout/tagout procedure for the equipment. The Northeast system currently utilizes one (1) pumping module that delivers hydraulic fluid through stainless steel piping powered by one (1) 200 HP electric motor. Currently the existing system is insufficient in supplying two (2) aircraft simultaneously. The upgrade of the Northeast side of Hangar 1 will provide a system capable of delivering 38 GPM at 5000 psig at the point of use per station. This upgrade shall also be capable of producing the required flow of 76 GPM at 5000 psig for testing two (2) aircraft simultaneously. The contractor may re-utilize the existing pumping module and attached stainless steel plumbing provided that the components meet all ASME codes. Currently, the Northeast side of Hangar 1 has one (1) electrical feed which has been determined to be insufficient for a larger electric motor. Paragraph 3.5 illustrates a new electrical feed that may be used for this effort. Oil temperature is currently maintained by one (1) oil/water heat exchanger with a closed loop glycol based water heat exchanger mounted on the roof that is sized for the current system and may need to be modified due to larger flow requirements based on the vendors technical approach. The Northeast side currently has one (1) floor mounted reservoir which may be re-utilized which is tied to six (6) control stations.

3.2. Definition. The CHS provides hydraulic fluid to an aircraft maintenance hangar used for ground testing of aircraft Dynamic Flight Controls and Landing Gear Assemblies. The system upgrade shall be designed to support the following aircraft:

V-22F-18AV-8CH-46CH-53

3.3. Characteristics. The equipment shall provide at a minimum, the capabilities, characteristics and performance specifications described herein.

3.3.1. Performance characteristics.

3.3.1.1. Flow Capacity . The CHS shall deliver MIL-PRF-83282 hydraulic fluid, which is to be provided by the contractor, at a rate of 0 - 38 gpm per aircraft (up to two (2) aircraft simultaneously) at a pressure of 5000

M00146-14-T-9004

Page 7 of 57

psig ± 50 psig measured at the input of the aircraft being powered (at point of use) per pumping module. Fluid shall be controlled at operating temperatures of 100 – 160 °F with an over temp shutdown.

3.3.1.2 Pressure Regulation. Pressure regulation and stability shall be ± 50 psig during major demand changes and ± 10 psig during steady state operation of constant flow demand.

3.3.2. Physical Characteristics .

3.3.2.1. Return Line Filtration . The return line to the one (1) floor mounted reservoir and the main reservoir shall have a filter with a disposable filter element and a differential pressure gauge. The filter filtration rating shall be 25 microns absolute and rated for maximum pressure drop of 10 pounds per square inch differential (psid) with positive identification.

3.3.2.2. Remote Control Panel . The new remote control panels shall be located whe re t he c ur re n t one s a re . T h e d i m e ns i o ns o f t h e c u r r e n t r e m o t e c o n t r o l p a n e l s a r e a p pr ox i m a t e l y 6 ’ x 3 ’ x 1 8 ” ( H x W x D ) . The remote control panels shall be capable of digitally measuring and displaying 0-38 gpm. ± 0.1 gpm and shall include controls for setting supply pressures 0 -5 000 p s i g a n d return pressure 0-250 psig and flow . E ach control panel shall control two (2) supply hoses and one (1) return hose. Pressure gauges shall be included to indicate the supply pressure and aircraft return pressure at the remote control panel. A temperature gauge shall be provided to display the supply oil temperature with an accuracy of ± 5 °F . A manual shutoff valve shall be included to provide a means to stop the supply pressure to each remote control panel. Each hose reel assembly shall have two (2) supply hoses and One (1) return hose. All hoses and reels shall be replaced. Hydraulic fluid supply and return lines shall include check valves to prevent back flow. A remote start/stop switch shall be located with each of the remote control panels. At a minimum each remote control panel shall contain:

• Remote Control Panels with Start/Stop Switch, gauges and flow control valves.• Discharge Line Filter• Pressure Relief Valve• Air Bleed and Start up Valve• Bypass Valve• Supply Line • Return Line• Check Valves• Shut Off Valves• Accumulators• Sampling Port• Sampling Manifold• Return Hose Digital Flow Meter accurate to ± 0.1 gpm

3.3.2.2.1. Remote Start/Stop Switch . A remote start/stop switch shall be installed on each of the remote control panels. The switch shall be capable of starting and stopping the pumping modules. In the event any other remote control panel is currently using hydraulic power, the switch shall only stop the flow to the associated remote control panel when the switch is activated. When no other remote control panel is demanding hydraulic power the switch activation shall also stop the pumping module. In either case, an orderly shutdown and unloading of pressure to the remote control panels shall be accomplished by a means that will prevent hydraulic hammering.

3.3.2.2.2. Emergency Stop Switch . An emergency stop switch shall be provided on each of the remote control panels. An orderly shutdown consists of stopping fluid flow to the remote control panels, unloading the pump pressure and removing the electrical power to the main pump and return pumps.

3.3.2.3. Booms and Hose Reel Assemblies . A boom and powered reel assembly with supply and return hoses shall be provided and mounted above each of the remote control panels. The column mounted booms shall pivot in a horizontal plane so that the supply and return hoses may be connected more directly to the aircraft being

M00146-14-T-9004

Page 8 of 57

powered. Each pivoting boom shall have detent stops at 30°, 60°, 90°, 120° and 150° to allow for positioning. A low friction, inclined trough shall be provided on each boom to guide the hoses while being extended and retracted. Boom shall be 12 feet ± 1 foot from floor level. Three independently controlled powered reels shall be provided at each location properly rated so that the operator may extend or retract pressure hoses and return hoses independently. The hose reel assemblies shall be column mounted above the booms. Feed rate shall be 60 ± 15 feet per minute. Each drive system for powering the reels shall be supplied with brakes that provide positive stops to prevent freewheeling. Controls for extending and retracting the supply and return hoses shall be mounted in the associated remote control panel. The supply hoses shall be rated for the associated pressure. The supply line and the return line between the remote control panel and the reel assemblies shall be stainless steel and shall be rated for the associated pressures and flows. The size of the reels shall be based on the new design and requirements of the contractor. The dimensions of the current hose reel frames are approximately 8’ x 3’ x 4’ (W x H x deep) located approximately 15 feet from floor level with a 10 foot boom. The required flow out of each supply hose must be 38 gpm minimum at 5000 psig. Safety stops shall be provided for both reeling out and reeling in of all the hoses to prevent damage from extending or retracting too far. ·3.3.2.3.1. Hose Length . The supply and return hoses shall extend a distance of 75 feet from the end of the booms. All supply and return hoses shall be provided with Aeroquip or equal quick disconnects with dust caps and plugs. Part numbers will be provided by the Government.

3.3.2.3.2. Pressure Indication Light. A pressure/flow indication omni directional light shall be labeled and installed on each remote control panel and shall automatically be activated when hydraulic pressure is supplied to the remote control panel. The pressure indication light shall be orange in color and bright enough to be readily visible to personnel working in the area.

3.3.2.4. Supply Lin es . Supply lines shall be provided from the pumping modules through each of the remote control panels to the hose reel assemblies and sized to provide required flow. All hard piping supply lines shall be stainless steel and rated for supply working pressures.

3.3.2.4.1. Supply Line Installation . All hard piping supply lines shall be installed with all necessary fittings, hangers, and hardware to extend from the module through each of the remote control panels to the hose reel assemblies.

3.3.2.5. Return Lines . Return lines shall be provided from each of the control panels to the pumping modules through the remote return reservoir and shall be sized to provide full return flow. All hard piping return lines shall be stainless steel and rated for return system pressures.

3.3.2.5.1. Return Line Installation . All hard piping return lines shall be installed with all necessary fittings, hangers, and hardware to extend from each of the remote control panels to the module.

3.3.2.6. Mounts and Hangers . All system mounts, hangers, and attaching hardware for all components and plumbing shall be of the sound attenuating type so as to prevent transmission of noise to the hangar structure and to minimize the level of noise in the hangar.

3.3.2.7. Check Valves . Check valves shall be installed on the return lines to prevent back flow. They shall be sized to flow with minimum back pressure.

3.3.2.8. Shutoff Valves . Shutoff valves shall be incorporated at the discharge reservoir port to prevent fluid loss during maintenance and calibration operations to the pumping unit, reservoir, control panel, supply and return lines, booms, reel assemblies, and fill system.

3.3.2.9. Accumulators and Filters . Accumulators and ripple filters shall be installed in the supply system and remote control panels to prevent damage from hydraulic surges and shock.

3.3.2.10. Sampling Ports . Floor level oil sampling ports shall be provided both up and down stream of the 3 micron supply filter to determine the cleanliness of the oil in the system and the oil being supplied to the

M00146-14-T-9004

Page 9 of 57

remote control panels. The flow to these sampling ports shall be regulated to 30 fluid ounces per minute maximum

3.3.2.10.1. Sampling Manifold . A sampling manifold shall be provided to connect the supply lines to the return line so that a sample representative of the hydraulic fluid that is delivered to the aircraft, can be taken.3.3.3. Reliability. The CHS design for mean time between failures shall be no less than 500 hours. The CHS shall be designed for a useful life of 10 years. These requirements can be validated by the contractor by a theoretical study or by citing comparability to similar systems presently in use.

3.3.4. Environmental Conditions . The CHS shall be so designed and constructed so that, under the operating, service, transportation, and storage conditions described herein, the equipment shall not emit materials hazardous to the ecological system as prescribed by Federal, State, or local statutes in effect at the time of installation.

3.3.4.1. Temperature and Humidity. The design shall adhere to human engineering standards to provide continuous, convenient, efficient, and safe operation in a non-climate controlled environment defined as ambient conditions of 32 to 100 °F, and up to 100% relative humidity.

3.4. Design. All parts supplied by the contractor shall be new, without defects. The equipment structure shall be capable of withstanding all forces encountered during operation of the machine to its maximum rating and capacity without permanent distortion.

3.4.1. Material s . All materials subjected to wear, corrosion, rust, erosion or cavitation shall be constructed of a suitable material to provide the specified performance and reliability. Appropriate parts shall be painted for corrosion protection.

3.4.1.1. Plates. All words on instruction and indicating plates shall be in the English language. Characters shall be engraved, etched, embossed or stamped in boldface on a contrasting background.

3.4.1.2. Painting. Coating shall be in accordance with manufacturer's commercial practices. The manufacturer's standard color will be acceptable so long as applicable OSHA regulations are complied with.

3.4.1.3. Measurement Systems . The U.S. Customary System of Units (US) or the International System of Units (SI) may be used in the design and construction of the CHS remote control panels in this PD, all measurements, dimensions, sizes and capacities are given in the US system. Drawings using the SI system shall also include the US system.

3.4.2. Nameplates and Product Marking . Shall comply with DFARS Clause 252.211-7003

3.4.3. Interchangeability. Generally, all parts shall be permanently and legibly marked with the manufacturer's original part number. Components having the same part number shall be directly and completely interchangeable with respect to installation and performance.

3.4.4. Reserved

3.4.5. Safety. Covers, guards, and other safety devices shall be provided for all components of the CHS that present potential safety hazards. The safety devices shall not interfere with the operation of the equipment. The safety devices shall prevent unintentional contact with the guarded part, and shall be removable to facilitate inspection maintenance and repair of the parts. All machine parts, components, mechanisms, and assemblies furnished on the CHS shall comply with all applicable requirements of OSHA 29CFR1910.System design and electrical utility specifications shall comply with the applicable requirements of NFPA 70.

3.4.5.1. System Noise Restriction. Noise transmitted from the equipment furnished shall not exceed 84 dba at the operators remote control panel accordance with OPNAVINST 5100.23B.

M00146-14-T-9004

Page 10 of 57

3.4.5.2. Fail-Safe Operation. All electrical systems shall be designed for fail-safe operation and shall be insulated, isolated, shielded and grounded for safe operation.

3.4.5.3. Human Engineering. All operating controls shall be located convenient to the operator at his normal work station. The CHS components shall be designed and manufactured to minimize the possibility of human error and injury (ie. back injury) and to ensure human/machine compatibility.

3.4.6. Size Limitation . The CHS components shall be sized such that it will fit on the existing support structure approximately 16’X 14’ (W x L) located 25’ from the floor. The load rating of this structure is unknown. Any modifications including load capacity to the structure are the responsibility of the contractor and shall be documented with engineering data consisting of drawings and supporting documentation from Facilities Engineering. The remote stations located on the floor dimensions are approximately 3’ x 6’ x 2’ (W x H x D). All documentation shall become property of the Government.

3.5. Electrical equipment

3.5.1. Electrical System. Unless otherwise specified, equipment with a power input in excess of 5 KW shall operate from a single service 480 VAC, 60Hz, 3 phase primary power supply. A proper adequate soft-start unit shall be provided for the motor controller to reduce the inrush current of the motor. The machine’s electrical system shall be tolerant of fluctuation of ± 10 percent. The electrical system shall be complete. This shall include any electrical transformer(s) that may be required to modify the existing source voltage to the proper operating voltage of the equipment. All power actuated, manually adjusted, and automatic controls shall operate on 115 VAC, 60Hz, single phase power derived from the 480 VAC source. An electrical disconnect switch shall be provided which shall remove all electrical sources from the equipment. The disconnect switch shall have provisions for lock-out/tag-out equipment. Electrical and electronic design and construction of the CHS components shall meet or exceed the standards required for industrial machinery as set forth in NFPA 79.

3.5.2 Motors. Motors shall be rated for continuous duty. Alternating-current (AC) motors shall be designed to operate on 60-Hz and each motor enclosure shall meet the requirements for a drip-proof enclosure. All motors shall meet the requirements of NEMA MG-1. Single speed motors rated in excess of 1/3 horsepower shall be of the dual voltage, 208/480 VAC, 3 phase, 60 Hz type with soft-starts. All motors of one (1) horsepower or more, (except NEMA class D), shall be the manufacturers highest efficiency model as tested in accordance with IEEE 112, method B, using ANSVNEMA MG1-12.53a. Each motor shall have an identification plate to identify manufacturer, model identification, serial number, voltage, amperage, horsepower, phase, frequency and frame number. Motor horsepower shall be the manufacturer’s standard or standard optional horsepower as indicated on the manufacturer's design drawing(s).

3.5.3 Arc Flash. All electrical enclosures shall be marked for arc flash hazard per NFPA 79.

3.6 Utilities. The CHS components will be designed to operate on the following utilities.

(a) Shop Air: 20 scfm between 75 to 110 psig to be utilized at one (1) location with a shutoff valve.

(b) Electrical Power: 480 VAC, 60 Hz, 3 Phase

3.6.1 Facility Connections. Electrical connections made to the facility electrical system shall conform to NFPA 70.

3.6.1.1 Electrical Installation. The contractor shall be responsible for the complete electrical turn-key installation of the equipment including electrical service from electrical switchgear to the new central hydraulic system equipment as shown on FRC East drawing # PE-21370P. Electrical installation shall consist of the following:

M00146-14-T-9004

Page 11 of 57

a. All electrical work shall be completed by a contractor holding a current electrical Contractor’s license issued by the North Carolina Board of Examiners of Electrical Contractors in accordance with the provisions and requirements of Chapter 87, Article 4 of The General Statutes of North Carolina or hold a reciprocal / state equivalent license. The contractor shall provide proof of the license as part of their quote.

b. The Contractor shall clean up and dispose of any and all waste that is generated during installation at the facility in accordance with all local, state, and federal regulations. The area shall be kept clean at all times to prevent foreign object debris (FOD) in accordance with FRCEASTINST 4790.11H.

c. Connection boxes, outlet boxes, junction boxes, and similar devices and fixtures exposed to the weather, condensation, or excessive dampness shall comply with NEMA ICS-6. Enclosures in interior locations exposed to dripping liquids or falling objects must meet as a minimum NEMA 250 Type 2. Enclosures in interior locations exposed to water spray, mist or splashing water must meet NEMA 250 Type 4X as a minimum. Watertight distribution panel cabinets should be cast or welded construction with external mounting lugs and externally operable switches. Any penetration into an enclosure shall not affect the degree of protection of the enclosure.

d. Corrosion Protection - Ferrous components of equipment subject to corrosion shall be galvanized or similarly treated before painting. Painting is an acceptable corrosion resistant treatment for switchboard panels, distribution cabinets, and similar enclosures.

e. Labeling. The contractor shall provide 3” x 5” (W x L) engraved identification placard for new busway plug-in enclosure, fusible safety disconnect switch, and motor controller with the following information: equipment name, volt, amp, hertz, and power source feed from. Placard shall be black lettering on a white background and attached to the center of the motor controller, main disconnect and all disconnect cover. Also, provide all power feed information if the motor controller has multiple power sources (120VAC, 208VAC, and 480VAC etc.). Also, the contractor shall provide the ampere rating label for new busway plug-in unit. The label shall be 7/8” x 2-1/4” (W x H) size, black letter with yellow background color, vinyl film or similar material type as other existing busway enclosure on the busway.

f. All electrical conduit runs shall not interfere with overhead bridge crane and/or hoist movement and operation.

3.7 Removal / Installation. All piping, hangers, control panels, electrical equipment, pumps, valves, heat exchangers, reservoirs, and all mechanical equipment not being utilized with the existing CHS shall be removed from the building and delivered by the contractor to the FRC East recycling center. All piping shall be cut into lengths no longer than eight (8) feet. The Government will pump all hydraulic fluid from the system prior to demolition. Turnkey installation of the CHS upgrade shall be accomplished by the contractor to include all lubricants/fluids. The contractor shall follow all FRC East safety instructions including Lockout/Tagout, lifting, hazardous waste etc. The contractor shall provide a qualified factory representative during installation, startup and check out of the CHS.

3.7.1 Hot Work Permit. For any work requiring burning/welding/soldering, the Contractor shall obtain a hot work permit from the Cherry Point Fire Department @ 252-466-2351. The Contractor shall provide the person’s name, company name, and contact number for the Contractor performing the work. All hot work shall be accomplished during non-business hours.

3.7.2 Installation Work Schedule. All installation work associated with this contract shall be accomplished at FRC EAST. The Governments normal daily work hours are between 6:30 am and 3:30 pm Monday through Friday, except Federal holidays. The Contractor may perform work anytime during the 24 hours of the day; however, the installation work schedule must be approved in advance by the Government and the Contractor shall coordinate the work to minimize impact on FRC EAST production operations during the normal work hours of the Government.

3.7.3 Utility Shutdowns. Utility connection shutdowns shall be scheduled during weekends, or other non-normal Government hours when possible and shall be approved by the Government one (1) week prior to the requested shutdown.

M00146-14-T-9004

Page 12 of 57

3.8 Training. The contractor shall furnish the services of competent instructor(s) who will give full instructions to the designated personnel in adjustment, operation, maintenance, and calibration, including pertinent safety requirements. Each instructor shall be thoroughly familiar with all parts of the equipment and shall be trained in operation and maintenance experience. Instruction shall be given immediately following Government acceptance of the equipment for regular operation. Training shall be conducted at FRC East, Marine Corps Air Station, Cherry Point, North Carolina from 0630- 1500 hours M-F excluding holidays. Training shall be conducted for three (3) consecutive days, two (2) days for maintenance and one day for operations. Training shall thoroughly familiarize the class with the operation procedures of the equipment. All materials, manuals, tapes, data, etc. shall be contractor furnished and shall become the property of the Government. Proposed training requirements shall be for the following government personnel:

Two ( 2 ) mechanical engineers/engineering techniciansTwo (2) electrical/electronic engineers/engineering techniciansSix (6) operatorsTwo (2) maintenance electriciansTwo ( 2 ) mechanical maintenance mechanics

4.0. QUALITY ASSURANCE PROVISIONS .

4.1. Responsibility for Compliance . The vendor is responsible for meeting all requirements of this PD. The absence of any inspection requirements in this PD shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the Government for acceptance comply with all requirements of this PD.

4.2 Conferences and Reviews.

4.2.1 Post Award Conference. The Post Award Conference (PAC) shall be held at FRC EAST, Cherry Point, NC no later than 30 days after contract award. Representative(s) from the Contractor’s plant who are familiar with both the equipment to be furnished and the requirements of the purchase description shall attend the PAC. During the PAC, a Plan of Action and Milestone (POA&M) chart shall be submitted to the Government in hard copy and electronic format (Microsoft Project). During the PAC the contract and all requirements regarding equipment, layout, delivery, installation, disposal, training, and warranty shall be discussed.

4.2.2 Joint Requirements Review (JRR). A JRR shall be performed at FRC EAST, Cherry Point, NC at the time specified in the Government approved POA&M. The purpose of the Joint Requirements Review shall be to review and comment on the contractor’s proposed solutions prior to purchase and construction. Reviews are not approvals and are no way binding to the Government. However, it is in the best interest of the Government and the contractor to review the work periodically. A copy of design package shall be furnished to the Government two weeks prior to the JRR.

4.2.3 Joint Architectural Review (JAR). A JAR shall be performed at FRC EAST, Cherry Point, NC at the time specified in the government approved POA&M for the purpose of government review of the contractor’s performance in accordance with the development plan and to review the final design of the equipment prior to shipment. The contractor shall provide at the JAR a preliminary version of the site preparation and installation plan.

4.2.4 Facilities Preparation Instruction Review. A facilities preparation instruction review shall be held at FRC EAST, Cherry Point, NC at least 60 calendar days prior to installation. This review shall completely convey to the Government the Contractor’s facilities preparation design meets the requirements of this specification and is ready to proceed to the installation phase.

4.3 Documentation.

M00146-14-T-9004

Page 13 of 57

4.3.1 Plan of Action and Milestones. The contractor shall provide a Plan of Action and Milestones (POA&M) to identify contractor performance dates of all major events from contract award to completion of 365 calendar days for all contract requirements. The final POA&M shall be delivered at the PAC. The milestones shall be prepared using a recognized project management tool (preferably Microsoft Project). The Government and the contractor shall review the report on a monthly basis. The contractor shall notify the Government prior to making any changes to the POA&M. All changes to the POA&M must be approved in advance by the Government. The POA&M shall detail such items as system design concept, system development, software design concept, software development, engineering, procurement of major hardware, assembly, operational debug, factory acceptance, shipment, installation, training, and final acceptance test.

4.3.2 Site Preparation and Installation Plan. The contractor shall provide a clear and concise site preparation and installation plan. The plan shall include a detailed description of all installation work, a detailed site layout, general equipment specification (i.e. size, weight, etc.), any required structural modification or additions, utility requirements and location, pertinent electrical details, and any other details required for site preparation and layout. As part of the site preparation and installation plan the contractor shall include facilities preparation instructions. The final site preparation plan shall be submitted at least 60 days prior to installation in accordance with the FPIR, Paragraph 4.2.4.

4.3.2.1 Applied Loads To Facilities . The contractor shall provide, with the Site Preparation and Installation Plan, detailed information concerning any equipment that applies a load to a facility structure, wall or roof. If use of a crane or rigging is part of the contractor’s Installation Plan, the contractor shall have the Installation Plan reviewed and certified / stamped by a Professional Engineer (PE). Prior to submission to the government, if the use of crane or rigging is part of the Installation Plan, the contractor shall contact the Fleet Readiness Center – East Weight Handling Certifying Official providing the PE certified Installation Plan to the Weight Handling Certifying Official in order to ensure that the plan is accurate, complete, and approved. The contractor shall submit information for approval to the Government in accordance with the contractor submitted and Government approved POA&M (Paragraph 4.3.1)

4.3.3 Performance Test Plan. The contractor shall prepare a performance test plan. The plan shall be a step-by-step written instruction on how the equipment will be tested and verified that it is in accordance with this purchase description. The contractor shall submit draft copies to the Government in accordance with the contractor submitted and Government approved POA&M (Paragraph 4.3.1) and final copies are due prior to Performance Testing.

4.3.4 Technical Data and Manuals. Two (2) complete printed sets and one (1) electronic copy (CD-ROM) of the Operation, Software, and Maintenance manuals shall be provided with delivery of the equipment. Documentation shall include at a minimum, operations, installation, maintenance, routine service schedule, calibration, preventive maintenance, lockout/tagout procedures, illustrated parts break down, recommended spare parts list including part numbers, vendor’s literature, mechanical design drawings, pneumatic schematics, and electrical/electronic schematics. All original software manuals and registration keys/codes shall be provided, along with original software installation disks. The maintenance procedures section of the technical manuals shall address procedures required for the corrections of faults. The manuals shall contain diagnostic procedures for isolating faults, correcting the faults, and replacing parts. The technical manuals shall provide an engineering approach to the determination of preventive maintenance tasks. Preventive maintenance tasks shall be clearly outlined, with specified periods/cycles for performance of tasks. A list of consumables used during the preventive maintenance shall be provided in the technical manual. A technical data package shall be provided for all special fixtures, tooling, gauges, and master setting equipment. All technical data, drawings, and prints furnished shall be written in the English language.

4.3.4.1 Data Rights. The contractor shall provide Government purpose rights to all design, and schematic data (herein referred to as “data rights”) for the upgrade of the Central Hydraulic System . The FRC-East requires these rights in order to maintain and upgrade the Central Hydraulic System throughout its planned lifecycle. These rights will allow future competitive procurement of replacements and upgrades. When an upgrade or re-procurement is contemplated, FRC East will have the right to provide design and schematic data to vendors who have signed a non-disclosure agreement allowing use said data only to create a competitive procurement package.

M00146-14-T-9004

Page 14 of 57

The data rights will not be used to award a sole source contract to a competitor. These data rights shall relate to all documentation pertaining to the system to be acquired through this procurement.

4.3.5 Control of Hazardous Energy (Lock-out/Tag-out). A written procedure for locking out all energy sources shall be provided by the contractor in accordance with 29 CFR 1910.147. The contractor shall submit draft copies to the Government in accordance with the contractor submitted and Government approved Plan of Action and Milestones (Paragraph 4.3.1) and final copies are due at start of equipment installation. The contractor shall provide an electronic copy of the procedure in Microsoft Word to the Government as well as include the procedure in the technical manuals.

4.3.6 Calibration Procedures. A calibration procedure shall be provided for each component requiring calibration or verification. The calibration procedure shall be formatted in accordance with NAVAIR 17-35TR-04. An example calibration procedure will be provided by the Government at the request of the contractor. A first draft calibration procedure shall be provided to the Government prior to the Facilities Preparation Instruction Review (FPIR). After the FPIR the Government may provide comments and if needed recommendations related to the calibration procedure to the Contractor within 30 calendar days after receipt or sooner. A final calibration procedure shall be provided to the Government prior to final acceptance of the equipment. Any special tools, fixtures, and/or jigs which may be required to perform calibration shall be furnished by the contractor with the equipment.

4.4. Quality Conformance Inspection . Quality conformance inspections shall be performed to verify that all requirements of the PD have been met. These inspections may include, but are not limited to, the examinations detailed below. 4.4.1 Proof Testing. The new CHS will be proof tested to 100% of required working pressure.

4.4.2. Examination of Product . The CHS components will be visually examined by the government to determine compliance with the PD.

4.4.3. Calibration. Calibration of the system shall begin after the installation of the system is complete. Calibration personnel along with the contractor will calibrate all items requiring calibration in accordance with procedures furnished by the Contractor under Paragraph 4.3.6. The calibration must comply with all local calibration procedures and purchase description. The Contractor shall provide a qualified factory representative during calibration of the CHS at FRC East. Said factory representative shall be knowledgeable in the design and functionality of the CHS and shall be able to answer any technical questions related to the CHS, its operation, and calibration. All calibration support equipment/fixtures/tools required per Paragraph 4.3.6 shall be available and certified for use during calibration.

4.4.4. Performance Test . The CHS shall be functionally tested by the government in collaboration with the contractor to verify that it performs in accordance with Paragraph 3 and the approved acceptance test plan. During this test, the CHS will be operated continuously for one (1) eight (8) hour shift with no shutdowns for repairs or adjustments. System supply pressures and flows will be varied during this time to demonstrate flow, pressure, and fluid temperature regulating capabilities and conformance. Operation of the CHS, remote pump start/stop controls, remote control panels, and proper operation of all safety interlocks will be demonstrated. The CHS shall be tested while supplying hydraulic fluid to an aircraft after all flushing and calibration procedures are completed. Acceptance of the equipment shall only be obtained through meeting the requirements of Paragraph 3.0 of this purchase description.

4.4.4.1. Contamination Test . Prior to performance testing, fluid samples shall be taken by the Government from each of the remote control stations utilizing the sampling manifold (Paragraph 3.3.2.10.1), and shall pass the government tests for contamination per Organizational, Intermediate and Depot Aviation Hydraulics Manual NA 01-1A-17 before connecting the CHS to an aircraft.

M00146-14-T-9004

Page 15 of 57

5.0 Warranty. The contractor shall warrant the equipment for a minimum period of one (1) year beginning form date of final government acceptance of the equipment at the FRC East, Cherry Point. The contractor shall be responsible for all parts, labor, and travel associated with the warranty repair.

6.0 Work Performed on Marine Corps Installations.

6.1 The worked described herein shall be performed at the Fleet Readiness Center (FRC) East, Bldg. 133, MCAS Cherry Point, NC and shall be performed during the FRC East’s normal working hours, Monday through Friday 0630 to 1500, unless otherwise requested by the contractor and approved in advance by the Government.

6.2 During the course of contract performance the contractor, as a resident of the installation and facility, shall adhere to all rules and regulations in effect at Marine Corps Air Station Cherry Point and the FRC East. Contractors are required to comply with all Federal and North Carolina State Environmental, Security, and Safety Compliance requirements along with other command policies as stated in the FRC East Information Brochure. A copy of the brochure is available at http://www.navair.navy.mil/frce/visinfo.html under visitor information.

6.3 The contractor shall report any accidents or injuries occurring on site to the FRC East Safety Office via telephone to 252.464.7015.

M00146-14-T-9004

Page 16 of 57

Section D - Packaging and Marking

1.0 PREPARATION FOR DELIVERY

a) MARKING OF SHIPMENTS (COMMERCIALLY PACKAGED ITEMS)

i) Each shipping unit or crate shall be clearly, legibly, and permanently marked to show destination, contract number, gross weight, and number of units or crates in shipment. Marking shall be in accordance with ASTM-D-3951-82 “Standard Practice for Commercial Packaging”. Additional markings are stated below:

“NOT FOR OUTSIDE STORAGE”

“MARK WITH CONTRACT NUMBER”

2.0 PREPARATION FOR DELIVERY (COMMERCIALLY PACKAGED ITEMS)

a) All equipment shall be packed for shipment in a manner that will ensure acceptance by common carrier and safe delivery to the consignee. Containers and closures shall comply with Interstate Commerce Commission regulations, Uniform Freight Classification rules or regulations of other carriers as applicable to the mode of transportation.

b) Preservation, packaging, and packing shall be in accordance with ASTM-D-3951-90, Standard Practice for Commercial Packaging.

3.0 PROHIBITED PACKING MATERIALS

a) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper, and similar hydroscopic or non-neutral materiel) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use.

4.0 PACKING LIST

a) In accordance with Military Standard 129, a packing list shall be included inside and attached to the outside of each box or container packed with unlike items where full description of the contents is not authorized or cannot be shown on the container. No packing list is required for containers having like items. The packing list will contain the following information:

i) Package number and set number (if any) of the container;ii) A list of contents including quantity by item, item description, stock number or part number, type

and size, condition of material, unit of issue if other than each, and reference publications and dates of issue when applicable; and

iii) Other information in sufficient detail so that the article can be replaced.

5.0 HAZARDOUS MATERIALS

a) Packaging, packing, marking and labeling of hazardous materials to be shipped by any mode or combination of transportation modes shall be prepared (properly classed, described, packaged, marked, labeled, transport vehicle placarded, etc.) for shipment in accordance with MIL-STD 129 and all applicable government and carrier regulations in effect at time of shipment.

i) TYPE OF SHIPMENT APPLICABLE REGULATION

M00146-14-T-9004

Page 17 of 57

ii) 1. Domestic Aiii) 2. Domestic Air Commercial A, B, Civ) 3. Domestic Air Military A, Fv) 4. Export Surface A, E, Gvi) 5. Export Air Commercial A, D, Gvii) 6. Export Air Military (MAC) F, G

6.0 LIST OF REGULATIONS

a) Code of Federal Regulations Title: 49 Transportation Parts 100-199b) Official Air Transport Restricted Articles Tariff No. 6-D C.A.B. 82c) Official Air Transport Restricted Articles Circular No. 6-D d) International Air Transport Association Restricted Articles Regulatione) International Maritime Dangerous Goods Codef) Air Force Regulation 71-4 Preparation of Hazardous Materials for Military Air Shipmentg) Export shipments are also subject to the domestic regulations indicated to the port of embarkation.

M00146-14-T-9004

Page 18 of 57

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government

M00146-14-T-9004

Page 19 of 57

Section F - Deliveries or Performance

1.0 PLACE OF PERFORMANCE: Installation and training shall be performed at the Fleet Readiness Center East, MCAS Cherry Point, NC.

2.0 PLACE OF DELIVERY (DESTINATION): All supplies, materials, and documentation to be furnished hereunder shall be delivered, FOB Destination, all transportation charges paid by the contractor, to:

Fleet Readiness Center East MCAS Cherry Point, NC 28533-0021

3.0 REQUIRED COMPLETION SCHEDULE

a. DELIVERY: All related equipment shall be delivered to the installation site no later than 270 calendar days after dat of contract award.

b. COMPLETION: All work to be performed (to include design, manufacture, delivery, installation, testing, acceptance, and training) shall be completed within 330 calendar days from date of contract award in accordance with the Government approved POA&M.

c. DOCUMENTATION: All documentation/deliverables shall be delivered in accordance with the requirements of the Specification.

CLAUSES INCORPORATED BY REFERENCE

52.247-34 F.O.B. Destination NOV 1991

M00146-14-T-9004

Page 20 of 57

Section G - Contract Administration Data

1.0 CONTRACT ADMINISTRATOR FOR THE GOVERNMENT

a) The following representative of the Contracting Officer shall be contacted for contract administration purposes:

NAME:James M. Rhodes CODE: SUL/1KTELEPHONE: (252) 466-2895 DSN: 582-2895e-mail: [email protected]

2.0 COMMUNICATIONS

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 communicate 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 is signed by the Contracting Officer or is pursuant to specific authority otherwise included as a part of this contract.

c) A Contracting Officer for the Marine Corps Air Station, Cherry Point, NC 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 a designated Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made.

d) The contact information for the Contracting Officer is:

Name: Sherry L. KellyAddress: Contracting Department

Supply MCASPSC Box 8018Cherry Point, NC 28533-0018Phone: (252) 466-2846 or (DSN) 582-2846e-mail: [email protected]

3.0 CONTRACTING OFFICER’S REPRESENTATIVE (COR)

a) The COR for this contract is: *

b) The COR will act as the Contracting Officer’s representative for technical matters, providing technical direction and discussion as necessary with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COR is not an Administrative Contracting Officer and does not have the authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery order), or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (or delivery order).

c) When, in the opinion of the contractor, the COR requests effort outside the existing scope of the contract (or delivery order), the contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. The contractor under such direction shall take no action until the Contracting Officer (or Ordering Officer) has issued a modification to the contract (or delivery order) or has otherwise resolved the issue.

* To be provided at time of contract award.

M00146-14-T-9004

Page 21 of 57

4.0 CONTRACT FINANCING

a) Contract Financing in the form of Commercial Interim payments will be allowed in accordance with FAR Subpart 32.2 and FAR Clause 52.232-29 “Terms for Financing of Purchases of Commercial Items” (FEB 2002), incorporated herein by reference.

b) Interim payments shall be made only for supplies and services completed and accepted by the Government in accordance with the terms of the contract.

c) The method for computing financing payment amounts, as well as the specific conditions of contractor entitlement to these financing payments, are set forth in the chart below. The contractor shall grant the Government access to information and/or facilities, to the extent access is necessary, for the purposes of verifying the contractor’s entitlement to payment of contract financing.

d) The Contracting Officer may determine that the contractor’s financial condition constitutes adequate security for commercial contract financing payments. However, the Contracting Officer may always exercise the Government’s rights to require other security under paragraph (c) of the clause at 52.232-29, Terms for Financing of Purchases of Commercial Items, should that financial condition become inadequate security.

e) Liquidation of contract financing payments shall be on the same basis as the computation of contract financing payments; that is, financing payment computed on a whole contract basis shall be liquidated on a whole contract basis; and a payment computed on a line item basis shall be liquidated against that line item. If liquidation is on a whole contract basis, the contracting officer shall use a uniform liquidation percentage as the liquidation method, unless the contracting officer obtains the concurrence of the cognizant payment office that the proposed liquidation provisions can be executed by that office, or unless agency regulations provide alternative liquidation methods.

f) Payment will be allowed upon completion of the following events in amounts equal to the percentage of the total fixed price as indicated below. The contractor’s requests for contract financing payments may be submitted no more frequently than monthly and shall contain the information set forth in paragraph (e) of the claus at 52.232-29, Terms for Financing of Purchases of Commerical Items.

Event Milestone/Description

Percentage (%)

Accomplishment Method ofVerification

*Payment Amount

*Cumulative Amount

Joint Requirements Review (JRR) – Sect. C Para. 4.2.2

15%

Submittal & acceptance of the following: Meeting

minutes and action items resolved

Proposed Preliminary Equipment Design

WAWF Acceptance

Email from COR to CO verifying acceptance.

Joint Architectural Review (JAR) – Sect. CPara. 4.2.3

20%

Submittal & acceptance of the following: Meeting

minutes and action items resolved

Proposed Final Equipment

WAWF Acceptance

Email from COR to CO verifying acceptance.

M00146-14-T-9004

Page 22 of 57

Design

Facilities Preparation Instruction Review –Sect. CPara. 4.2.4

15%Submittal & acceptance of the following: Meeting

minutes and action items resolved

Final Site Preparation and Submital Of Installation Plan (Para. 4.3.2)

WAWF Acceptance

Email from COR to CO verifying acceptance.

Equipment Delivery – Sect.FPara. 3.a

10%Submittal & acceptance of the following: Proof that

equipment is onsite ready to begin installation

WAWF Acceptance

Email from COR to CO verifying acceptance.

* To be determined at time of contract award.

Special Note: Contract Financing payments will be authorized for 60% of the total contract value. The remaining 40% balance of the contract value may be invoiced after completion of all remaining contact requirements including Installation, Final Acceptance Testing, training, submittal of all remaining documentation, and satisfactory completion of all punch list items. 5.0 CERTIFICATION OF CONTRACT FINANCING PAYMENTS

The following certification shall be provided with each request for contract financing payment:

I certify to the best of my knowledge and belief that--

(1) This request for contract financing payment is true and correct; this request (and attachments) has been prepared from the books and records of the Contractor, in accordance with the contract and the instructions of the Contracting Officer;

(2) (Except as reported in writing on __________), all payments to subcontractors and suppliers under this contract have been paid, or will be paid, currently, when due in the ordinary course of business;

(3) There are no encumbrances (except as reported in writing on _________) against the property acquired or produced for, and allocated or properly chargeable to, the contract which would affect or impair the Government's title;

(4) There has been no materially adverse change in the financial condition of the Contractor since the submission by the Contractor to the Government of the most recent written information dated _____________ ; and

(5) After the making of this requested financing payment, the amount of all payments for each deliverable item for which financing payments have been requested will not exceed any limitation in the contract, and the amount of all payments under the contract will not exceed any limitation in the contract.

M00146-14-T-9004

Page 23 of 57

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause--

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submissionof Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests throughWAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s).

____

(Contracting Officer: Insert applicable document type(s). Note: If a “Combo” document type is identified but not supportable by the Contractor's business systems, an “Invoice” (stand-alone) and“Receiving Report” (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

____ (Contracting Officer: Insert inspection and acceptance locations or “Not applicable”.)

M00146-14-T-9004

Page 24 of 57

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in thesystem. Routing Data Table*--------------------------------------------------------------------------------------------Field Name in WAWF Data to be entered in WAWF--------------------------------------------------------------------------------------------Pay Official DoDAAC ____Issue By DoDAAC ____Admin DoDAAC ____Inspect By DoDAAC ____Ship To Code ____Ship From Code ____Mark For Code ____Service Approver (DoDAAC) ____Service Acceptor (DoDAAC) ____Accept at Other DoDAAC ____LPO DoDAAC ____DCAA Auditor DoDAAC ____Other DoDAAC(s) ____--------------------------------------------------------------------------------------------

(*Contracting Officer: Insert applicable DoDAAC information or “See schedule” if multiple ship to/acceptance locations apply, or “Not applicable.”) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.____

(Contracting Officer: Insert applicable email addresses or “Not applicable.”) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

____

(Contracting Officer: Insert applicable information or “Not applicable.”) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)

CLAUSES INCORPORATED BY REFERENCE

252.204-7006 Billing Instructions OCT 2005

M00146-14-T-9004

Page 25 of 57

Section H - Special Contract Requirements

1.0 CONTRACTOR ACCESS TO MARINE CORPS INSTALLATION

If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address [email protected] or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information:

A) The employer’s company/business nameB) Contract number and work locationC) Contract expiration/termination dateD) Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access

and/or turnstile access is required. (Normal contractor access is turnstiles only.)

As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor.

In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [[email protected]] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees.

1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor’s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged.

2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker’s name, stamp with the “Pass & ID” stamp, and “Criminal Records Check (CRC) Sighted” stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: “Valid until (expiration date)” then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station.

The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items:

1. A picture ID from a state or federal agency (i.e. valid driver’s license or state identification card)

2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN).

3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers.

4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen.

5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the

M00146-14-T-9004

Page 26 of 57

Sexual Offenders List. This records check must be a “complete” check covering the period from at a minimum their 18 th birthday to present. The CRC must also have a statement in the records check that this is a “national records check” or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**):

A) WWW.INTEGRASCAN.COM B) WWW.SENTRYLINK.COM C) WWW.INFOLINKSCREENING.COM D) WWW.PEOPLESCANNER.COM E) WWW.PUBLICRECORDS-SEARCH.COM F) WWW.SAFERPLACESINC.COM G) WWW.CASTLEBRANCH.COM H) WWW.CRIMINALCBS.COM I) WWW.INTELIUS.COM

Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual:

A) Is on the National Terrorist Watch List.B) Is illegally present in the United States.C) Is currently debarred or banned from military installations.D) Is a registered sex offender.E) Is a convicted felon within the past 5 years.F) Was convicted of any drug offense within the past 5 years.G) Is subject to an outstanding warrant.H) Has knowingly submitted a false/fraudulent employment questionnaire.

Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive.

Note the following:

Due to recent changes with Privacy laws, social security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor.

ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River.

(**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted.

2.0 CONTRACTOR ACCESS TO FLEET READINESS CENTER (FRC) EAST

Access to FRC East: For security purposes, contractors wishing to visit the FRC East facility are required to provide a letter requesting access. The letter should be on official company letterhead and must include the following information:

Name of Visitor (Last, First, MI) Last four digit of social security number Date and Place of Birth

M00146-14-T-9004

Page 27 of 57

Proof of Citizenship (Note: If vistor is a foreign national, a copy of the individual’s Work Visa or Green Card (front and back) with expiration date must be provided).

FRC East point of contact and telephone number (insert name and phone # for PM) Purpose of visit Contract Number (if applicable) Where within the facility access will be required If visit is classified or unclassified Date and duration of visit Company Name, point of contact, and telephone number

(c) Visit requests must be addressed to:

Commanding OfficerAttn: Visitor Control (Code 6.5.2)Fleet Readiness Center East PSC Box 8021Cherry Point, NC  28533-0021

(d) Visit request may be submitted via e-mail to [email protected] with copies to [email protected] , [email protected] and the Program Manager ([email protected]) or faxed to 252.464.8454 at least three (3) working days prior to the visit.

(e) Additional information regarding access to the Air Station and FRC East is available by phone at 252.464.7397 or by accessing the FRC East web-site at https://www.navair.navy.mil/frce/visinfo.html. Failure to submit the proper visit request information may result in denial of access to the facility.

2. The MCAS Cherry Point main gate is located off NC State Highway 101, Havelock, NC. Visitors without proper vehicle identification are required to check-in at the visitor’s center adjacent to the main gate.

3. Contractors are required to wear personal protective equipment (PPE) consisting of hearing protection, eye protection, and safety shoes. PPE will not be provided by the facility. Contractor representatives without the appropriate PPE will not be allowed access to the facility.

4. During the course of contract performance the contractor, as a resident of the installation and facility, shall adhere to all rules and regulations in effect at Marine Corps Air Station Cherry Point and the FRC East. Contractors are required to comply with all Federal and North Carolina State Environmental, Security, and Safety Compliance requirements along with other command policies as stated in the FRC East Information Brochure. A copy of the brochure is available at http://www.navair.navy.mil/frce/visinfo.html under visitor information.

3.0 IDENTIFICATION OF CONTRACTOR PERSONNEL

Contractor personnel shall identify themselves as contractor personnel by introducing themselves or when being introduced. Contractor personnel shall display distinguishing badges or other visible identification for meeting with Government personnel. Contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence.

CLAUSES INCORPORATED BY REFERENCE

52.228-5 Insurance - Work On A Government Installation JAN 1997

M00146-14-T-9004

Page 28 of 57

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.203-3 Gratuities APR 1984 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions OCT 2010

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

MAY 2011

52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items JUL 2013 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.242-13 Bankruptcy JUL 1995 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A MAY 2013 252.205-7000 Provision Of Information To Cooperative Agreement

Holders DEC 1991

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

DEC 2006

252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials

APR 2012

252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate JUN 2012 252.225-7001 Buy American And Balance Of Payments Program DEC 2012 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7038 Restriction on Acquisition of Air Circuit Breakers JUN 2005 252.226-7001 Utilization of Indian Organizations and Indian-Owned

Economic Enterprises, and Native Hawaiian Small Business Concerns

SEP 2004

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

JUN 2012

252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.247-7023 Transportation of Supplies by Sea JUN 2013

CLAUSES INCORPORATED BY FULL TEXT

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2013)

(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:

M00146-14-T-9004

Page 29 of 57

(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

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

_X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

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

_X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

___ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5).

_X__ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

_X___ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).

____ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).

____ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

____ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

____ (11) [Reserved]

_X___ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

____ (ii) Alternate I (NOV 2011).

M00146-14-T-9004

Page 30 of 57

____ (iii) Alternate II (NOV 2011).

____ (13)(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.

_X___ (14) 52.219-8, Utilization of Small Business Concerns (July 2013) (15 U.S.C. 637(d)(2) and (3)).

____ (15)(i) 52.219-9, Small Business Subcontracting Plan (July 2013) (15 U.S.C. 637(d)(4)).

____ (ii) Alternate I (Oct 2001) of 52.219-9.

____ (iii) Alternate II (Oct 2001) of 52.219-9.

____ (iv) Alternate III (Jul 2010) of 52.219-9.

____ (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

_X___ (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).

____ (18) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

____ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).

____ (ii) Alternate I (June 2003) of 52.219-23.

____ (20) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (July 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

____ (21) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

____ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

_X___ (23) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).

____ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)).

____ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)).

M00146-14-T-9004

Page 31 of 57

_X___ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

_X___ (27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126).

_X___ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

_X___ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

_X___ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).

_X___ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

_X___ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).

_X___ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_X___ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

____ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

____ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).

____ (ii) Alternate I (Dec 2007) of 52.223-16.

_X___ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

____ (39) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d).

____(40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) (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 (MAR 2012) of 52.225-3.

(iii) Alternate II (MAR 2012) of 52.225-3.

(iv) Alternate III (NOV 2012) of 52.225-3.

____ (41) 52.225-5, Trade Agreements (Sep 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

M00146-14-T-9004

Page 32 of 57

_X___ (42) 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).

____ (43) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

____ (44) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

____ (45) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

____ (46) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

____ (47) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

_X___ (48) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).

____ (49) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332).

____ (50) 52.232-36, Payment by Third Party (July 2013) (31 U.S.C. 3332).

____ (51) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

____ (52)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

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

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

_____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

_____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

_____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

_____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

_____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et seq.).

_____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.).

M00146-14-T-9004

Page 33 of 57

_____ (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).

_____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247).

_____ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

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

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

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

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note).

(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).

(vii) 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.

(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

M00146-14-T-9004

Page 34 of 57

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).

(xii) 52.222-54, Employment Eligibility Verification (JUL 2012).

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

(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xv) 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)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

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

http://farsite.hill.af.mil/VFFARA.HTM

(End of clause)

252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013)

(a) Definitions. As used in this clause'

Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.

Concatenated unique item identifier means--

(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or

(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number.

M00146-14-T-9004

Page 35 of 57

Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.

DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.

DoD unique item identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.

Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.

Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency.

Government's unit acquisition cost means--

(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;

(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and

(3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery.

Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g.,Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm.

Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier.

Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.

Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions.

Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.

Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface.

M00146-14-T-9004

Page 36 of 57

Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent.

Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.

Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.

Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier.

Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier.

Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.

Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.

(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.

(c) Unique item identifier.

(1) The Contractor shall provide a unique item identifier for the following:

(i) All delivered items for which the Government's unit acquisition cost is $5,000 or more.

(ii) The following items for which the Government's unit acquisition cost is less than $5,000:

------------------------------------------------------------------------Contract line, subline, or exhibit line item No. Item description------------------------------------------------------------------------     

(iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ----.

(2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item.

(3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that--

(i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:

M00146-14-T-9004

Page 37 of 57

(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.

(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.

(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and

(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology--Transfer Syntax for High Capacity Automatic Data Capture Media.

(4) Unique item identifier.

(i) The Contractor shall--

(A) Determine whether to--

(1) Serialize within the enterprise identifier;

(2) Serialize within the part, lot, or batch number; or

(3) Use a DoD recognized unique identification equivalent; and

(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule.

(ii) The issuing agency code--

(A) Shall not be placed on the item; and

(B) Shall be derived from the data qualifier for the enterprise identifier.

(d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information:

(1) Unique item identifier.

(2) Unique item identifier type.

(3) Issuing agency code (if concatenated unique item identifier is used).

(4) Enterprise identifier (if concatenated unique item identifier is used).

(5) Original part number (if there is serialization within the original part number).

(6) Lot or batch number (if there is serialization within the lot or batch number).

M00146-14-T-9004

Page 38 of 57

(7) Current part number (optional and only if not the same as the original part number).

(8) Current part number effective date (optional and only if current part number is used).

(9) Serial number (if concatenated unique item identifier is used).

(10) Government's unit acquisition cost.

(11) Unit of measure.

(e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:

(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part.

(2) Unique item identifier of the embedded subassembly, component, or part.

(3) Unique item identifier type.**

(4) Issuing agency code (if concatenated unique item identifier is used).**

(5) Enterprise identifier (if concatenated unique item identifier is used).**

(6) Original part number (if there is serialization within the original part number).**

(7) Lot or batch number (if there is serialization within the lot or batch number).**

(8) Current part number (optional and only if not the same as the original part number).**

(9) Current part number effective date (optional and only if current part number is used).**

(10) Serial number (if concatenated unique item identifier is used).**

(11) Description.

** Once per item.

(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html.

(g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items.

(End of clause)

M00146-14-T-9004

Page 39 of 57

Section J - List of Documents, Exhibits and Other Attachments

Attachment 0001:M00146-14-T-9004 Government Responses To Vendor Submitted Questions Page(s)5

Attachment 0002:PE-21370P_1-8 Page(s)1

Attachment 0003:PE-21370P_2-8 Page(s)1

Attachment 0004:PE-21370P_3-8 Page(s)1

Attachment 0005:PE-21370P_4-8 Page(s)1

Attachment 0006:PE-21370P_5-8 Page(s)1

Attachment 0007:PE-21370P_6-8 Page(s)1

Attachment 0008:PE-21370P_7-8 Page(s)1

Attachment 0009:PE-21370P_8-8 Page(s)1

M00146-14-T-9004

Page 40 of 57

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

252.203-7005 Representation Relating to Compensation of Former DoD Officials

NOV 2011

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

CLAUSES INCORPORATED BY FULL TEXT

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2013)

An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

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

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

"Forced or indentured child labor" means all work or service-

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

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

Inverted domestic corporation, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874.

Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except--

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

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

M00146-14-T-9004

Page 41 of 57

(4) FSG 89, Food and Related Consumables;

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

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

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

(8) FSC 9610, Ores;

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

(10) FSC 9630, Additive Metal Materials.

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

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

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

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

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

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

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

(6) Have been voluntarily suspended.

Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

M00146-14-T-9004

Page 42 of 57

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

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

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

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

Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation.

Veteran-owned small business concern means a small business concern--

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

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

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

"Women-owned small business concern" means a small business concern--

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

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

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

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

(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard

M00146-14-T-9004

Page 43 of 57

applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------.

[Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]

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

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

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

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

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

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

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

(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ballot] is, [ballot] 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 [ballot] is, [ballot] 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

M00146-14-T-9004

Page 44 of 57

(ii) It [ballot] is, [ballot] 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) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.)

(i) General. The offeror represents that either--

(A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the SAM Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or

(B) It ( ) has, ( ) has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.

(ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.)

(11) 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)(11)(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

M00146-14-T-9004

Page 45 of 57

business concerns participating in the HUBZone joint venture: _______.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Certifications and representations required to implement provisions of Executive Order 11246--

(1) Previous Contracts and Compliance. The offeror represents that--

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

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

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

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

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

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

(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.)

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act--Supplies.”(2) Foreign End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

M00146-14-T-9004

Page 46 of 57

(List as necessary)

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

(g)(1) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act--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 Act--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 Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

[List as necessary]

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

Other Foreign End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

[List as necessary]

M00146-14-T-9004

Page 47 of 57

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004) . If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act":

Canadian End Products:

Line Item No.

_______________________________________

_______________________________________

_______________________________________

[List as necessary]

(3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act":

Canadian or Israeli End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

[List as necessary]

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

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

M00146-14-T-9004

Page 48 of 57

______________ _________________

______________ _________________

______________ _________________

[List as necessary]

(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements."

(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.

Other End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

(List as necessary)

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

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

(1) The offeror and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency,

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

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

M00146-14-T-9004

Page 49 of 57

(4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.

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

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

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

(ii) Examples.

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

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

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

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

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

(1) Listed end products.

Listed End Product Listed Countriesof Origin

M00146-14-T-9004

Page 50 of 57

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

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

[  ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—

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

(2) ( ) Outside the United States.

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

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

(2) ( ) Outside the United States.

(k) Certificates regarding exemptions from the application of the Service Contract Act. (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;

M00146-14-T-9004

Page 51 of 57

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

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

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

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

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

(iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.

(3) If paragraph (k)(1) or (k)(2) of this clause applies—

(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and

(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.

(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.)

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

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

(3) Taxpayer Identification Number (TIN).

( ) TIN: --------------------.

M00146-14-T-9004

Page 52 of 57

( ) TIN has been applied for.

( ) TIN is not required because:

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

( ) Offeror is an agency or instrumentality of a foreign government;

( ) Offeror is an agency or instrumentality of the Federal Government.

(4) Type of organization.

( ) Sole proprietorship;

( ) Partnership;

( ) Corporate entity (not tax-exempt);

( ) Corporate entity (tax-exempt);

( ) Government entity (Federal, State, or local);

( ) Foreign government;

( ) International organization per 26 CFR 1.6049-4;

( ) Other ----------.

(5) Common parent.

( ) Offeror is not owned or controlled by a common parent;

( ) Name and TIN of common parent:

Name --------------------.TIN --------------------.

(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

(n) Prohibition on Contracting with Inverted Domestic Corporations—

(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation.

(o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran.

M00146-14-T-9004

Page 53 of 57

(1) The offeror shall email questions concerning sensitive technology to the Department of State at [email protected]. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror--

(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and

(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf).

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

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

(ii) The offeror has certified that all the offered products to be supplied are designated country end products.

(End of provision)

252.209-7995 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAXLIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2013 APPROPRIATIONS (DEVIATION 2013-O0010) (APR 2013)(a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that—(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.(b) The Offeror represents that—(1) It is       is not       a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,(2) It is       is not       a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.(End of provision)

M00146-14-T-9004

Page 54 of 57

Section L - Instructions, Conditions and Notices to Bidders

ADDENDUM TO FAR 52.212-1

1) NOTE REGARDING TERMS: The terms “solicitation” and “offer” are used throughout this document, including in the clauses and provisions incorporated by reference. When encountered, those terms have the same force and effect that the term “quote” incurs. The term “offeror(s)” is also used throughout and shall have the same meaning as the term “vendor.” This document is a Request for Quotes (RFQ) and as such, does not create an obligation on the part of the vendor simply by government acceptance. Both parties must sign a final contract document to create a binding contract.

2) ADDRESS FOR SUBMISSION OF QUOTES.

a) The vendor is responsible for ensuring that quotes are received in the Contracting Office no later than 1:00 P.M. (EST) on 06 December 2013 as indicated on page one (1) of this solicitation. Failure of vendor’s quote to be received prior to the hour and date specified will result in rejection of the quote.

b) Quotes shall be submitted by FedEx, UPS, etc. and shall be addressed for delivery to the following physical location:

Cherry Point Satellite Contracting OfficeAttn: James M. Rhodes (252-466-2895)Cunningham StreetBldg. 159, Door T1MCAS Cherry Point, NC 28533

c) RFQ Number M00146-14-T-9004 must be clearly marked on the outside of your quote.

d) Deliveries via the United States Postal Service (USPS) are not authorized as the Postal Service does not deliver to the physical location of the Contracting Office.

e) Facsimile and/or electronic submission of quotes is not authorized.

3) INSTRUCTIONS FOR THE PREPARATION OF QUOTES. The vendors quote shall include its proposed Technical Approach, Past Performance Information, Price Quote, and completed Representations and Certifications in accordance with the following instructions:

a) Technical Quote Instructions

i) Quotes should be clearly and concisely written as well as being neat and logically assembled. The vendor shall prepare and submit an original and four (4) copies of its technical quote.

ii) This acquisition is being conducted pursuant to FAR Subpart 13.5, and will utilize the streamlined evaluation procedures set forth in FAR Part 13. The vendor’s techncial quote :

(1) Shall include a statement that the vendor “understands and will comply with all requirements set forth in the Purchase Description/Specification;

(2) Shall provide a detailed response to each paragraph of Section 3.0 of the Purchase Description. The vendor’s response shall be prepared and numbered the same as the related paragraphs of the Purchase Description.

(3) Delivery Schedule/Plan of Action and Milestones, Paragraph 4.3.1 of the Purchase Description: The vendor shall submit a Plan of Action and Milestones chart detailing significant events for the completion of this project within the required delivery schedule or sooner.

M00146-14-T-9004

Page 55 of 57

(4) In addition to the above, the vendor’s technical quote may include additional information as to how the vendor’s proposed equipment will meet or exceed the Government’s minimum requirements. The vendor may also propose alternate methods of meeting or exceeding the performance requirements of the Purchase Description. However, if an alternative method is proposed, the vendor’s technical quote must fully explain how the offered solution will meet or exceed the govenrment’s performance reqirements.

b) Past Performance Information Instructions

i) Vendors shall submit two (2) copies of the past performance information requested below as part of their quotation.

ii) Vendors shall submit at least three (3) relevant past performance references. Relevant past performance is defined as performance of contracts of similar technical complexity to this requirement completed within the past three (3) years. Include the following information for each contract listed:

(a) Agency or company name.(b) Contract number (if applicable).(c) Point of Contact name, phone number and fax number. (e) Brief description of contract and relevance to this requirement.(f) Total contract value.(g) Period of performance.

iii) If a vendor has no relevant past performance history, a vendor must affirmatively state that it possesses no relevant past performance history. Vendors will neither be evaluated favorably or unfavorably on past performance in the event that there is no relevant past performance history available.

c) Price Quote Instructions. The price quotation is to be separate from all other quotation documents. The vendor shall submit the following information in its price quotation:

i) A completed Section B showing the vendor’s proposed unit and extended price for each line item.

ii) Indication of the vendor’s acceptance of the proposed contract financing payments (see Section G, Note 4.0) or statement that contract financing will not be required.

iii) Indication of the offeror’s understanding that, in order to receive contract financing payments, the successful offeror will be required to provide proof of adequate security in accordance with FAR Subpart 32.202-4. The Contracting Officer may determine the offeror’s financial condition to be adequate security. However, if the Contracting Officer finds the offeror’s financial condition is not adequate security, the Contracting Officer shall require other adequate security, which may be in the form of an irrevocable letter of credit from a federally insured financial institution.

iv) The vendor shall prepare and submit an original only of their price quote for this requirement.

d) Representations and Certifications Instructions . Vendors are to include completed copies of the Representations and Certifications incorporated into Section K of this document by reference and in full-text with their quote. Electronic copies of the full-text version of the provisions incorporated by reference are available at: http://farsite.hill.af.mil/VFFARA.HTM. If the vendor has completed the representations and certifications electronically in the System for Award Management (SAM) at https://www.sam.gov, a completed copy of the provision is not required. However, the vendor must provide documentation that confirms the electronic certification, including a list of the provisions certified.

4) QUESTIONS RELATING TO THE SOLICITATION

M00146-14-T-9004

Page 56 of 57

Vendors may submit questions concerning, or request clarification of, any aspect of this solicitation. All questions must be submitted electronically via e-mail to [email protected] no later than 1:00 p.m. (EST) on 18 November 2014. No questions will be accepted after this cutoff date/time. Comments and questions must reference solicitation number M00146-14-T-9004. Technical questions will be answered in writing via an amendment to the solicitation. The source(s) of any question(s) will not be disclosed.

CLAUSES INCORPORATED BY REFERENCE

52.212-1 Instructions to Offerors--Commercial Items JUL 2013

CLAUSES INCORPORATED BY FULL TEXT

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil/VFFARA.HTM

(End of provision

M00146-14-T-9004

Page 57 of 57

Section M - Evaluation Factors for Award

EVALUATION OF OFFERS

This procurement is being conducted pursuant to FAR 13.5. As such, evaluation procedures pursuant to FAR 13.106 will be utilized. Quotes will be evaluated in an efficient and minimally burdensome fashion. The Contracting Officer reserves the right to evaluate quotes without the use of formal evaluation procedures such as establishing a competitive range, conducting discussions, and scoring quotations. The Contracting Officer may conduct comparative evaluations of quotes pursuant to FAR 13.106-2(b). a) The Government will award a contract resulting from this request for quote to the responsible vendor whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The following factors shall be used in the technical evaluation of quotes:

(i) Technical Approach. Evaluation of the vendor's technical approach will be based on the extent to which the vendor thoroughly and accurately describes their overall technical solution and demonstrates their ability to meet or exceed the minimum performance requirements. Advantages and/or disadvantages will be identified and any area of the vendor’s technical approach that is unclear will be noted.

(ii) Past Performance. Past performance on other contracts, both private and government may be evaluated based on information provided by the vendor in accordance with the Addendum to FAR 52.212-1. If the contracting officer has first hand knowledge of the vendor’s past performance based upon on-going or previous contracts with the vendor, the government may choose not to obtain and evaluate the past performance information from a vendor’s references. Instead, the Contracting Officer can make the determination that the Past Performance information is acceptable using any of the methods set forth at FAR 13.106-2(b). If a vendor has no relevant past performance, the vendor must affirmatively state so. A vendor who has no relevant past performance will receive a neutral rating on past performance, which is neither positive nor negative.

(iii) Price. Evaluation of price will be done on a comparative basis without examining the specific cost elements of the vendor’s quote. However, if necessary, the Contracting Officer may use alternate price analysis techniques to make a determination that quoted prices are fair and reasonable.

b) The Contracting Officer will reject quotes that do not meet all the material terms and conditions set forth in the request for quotes. Further, unreasonably high prices will be rejected and unrealistically low prices will be considered as evidence of the vendor’s lack of understanding of the requirement.

c) The Government may select the vendor(s) whose quote(s) is (are) considered most advantageous and then select one vendor with whom to negotiate details.

d) The Government intends to evaluate quotes and award a contract without conversations with vendors. Vendors should not expect requests for clarification or additional information from the government. Therefore, the vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct conversations with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest, and may waive informalities and minor irregularities in quotes received.

e) A written notice of acceptance of a vendor’s quote will be provided via the issuance of a purchase order from the Government. The purchase order is an offer by the Government to buy the supplies and services set forth in the Purchase Description upon the terms and conditions specified in the vendor’s offer and any subsequent conversations. The contract will be established when the vendor accepts the offer from the Government. The successful Vendor must notify the Contracting Officer of its acceptance of the order in writing, via electronic, facsimile or other means of delivery and is encouraged to provide verbal notification of acceptance via a telephone call to the Contracting Officer.