blog 27 usmc 20150725 solicitation number army w912d1-15-r-0012 -exhibit 6 w912d1-15-r- ...

111
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012 Page 1 of 111

Upload: sariayafr33dom

Post on 16-Aug-2015

89 views

Category:

News & Politics


1 download

TRANSCRIPT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 1 of 111

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 2 of 111

SFC MCCORMACK

REGIONAL CONTRACTING OFFICE

RESPOND TO ARMY CONTRACTING COMMAND-KUWAIT

COM +965-2221-6334 x9761

DSN: 318-430-9761

EMAIL: [email protected]

*This is a Request for Proposal (RFP). ALL proposals are due by 1 APRIL 2015, @ 5:00 PM local time (Kuwait

City, Kuwait) (+3GMT) or 9:00 AM Eastern Time (ET). LATE SUBMISSIONS WILL NOT BE ACCEPTED.

This document does not commit the Government to award a contract at any time. The Government will not be

responsible for any cost incurred by the respondent to this notice. ALL CORRESPONDENCE AND INFORMATION

SENT MUST BE IN ENGLISH. Any questions or inquires must be submitted to SFC MCCORMACK via email

regarding this procurement no later than March 23, 2015.

GENERAL INFORMATION:

PROJECT TITLE: FURNITURE AND APPLIANCES

POSTED DATE: 18 MARCH 2015

RESPONSE DATE: 1 APRIL 2015, @5:00 PM Kuwait Time or 9:00 AM Eastern Time (ET).

OFFERS MUST BE IN ENGLISH

A. DESCRIPTION: This is a combined synopsis/solicitation Indefinite Delivery Indefinite Quantity (IDIQ)

Multiple Award Task Order Contract (MATOC) for commercial items prepared in accordance with the

format in Subpart 12.6, as supplemented with additional information included in this notice. This

solicitation is being issued as a request for proposal (RFP) W912D1-15-R-0012. This RFP

announcement constitutes the only solicitation requesting proposals for this procurement. This

solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular

200556. The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ), MATOC

contract with firm fixed unit prices, a minimum guaranteed of $3,000 and a maximum of $10,000,000,

under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition. The

period of performance will be for one base twelve month period and three (3) option year periods each

for twelve months. The NAICS Code is 337127 and Classification Code is 71.

CONTRACTOR: _______________________________________

PHONE NUMBER: _____________________________________

COMPLETE EMAIL: _______________________________________________

DATE OF RFP: _____________________________________

PROPOSAL PREPARED BY: ________________________________

SIGNATURE: __________________________________________

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 3 of 111

PART I – THE SCHEDULE SECTION B- SUPPLIES OR SERVICES AND PRICE/COSTS B.1

ACQUIRED ITEMS/TOTAL PRICE

The contractor shall provide all furniture, appliances, and delivery in accordance with the Salient

Characteristics in Schedule B, provided in this solicitation. The contractor shall furnish all

materials, supplies, furniture, appliances, and items and do all things necessary for, or incident to,

performance of the requirements in accordance with the statement of work (SOW) provided in

Section C of this master IDIQ contract and all TOs issued against this master IDIQ contract.

THE TOTAL MAXIMUM CONTRACT VALUE, defined as the sum of contractor payment

streams associated with all task orders against this master IDIQ contract, shall not exceed

$10,000,000.00 dollars.

THE MINIMUM GUARANTEE ORDER(S) VALUE: for this master IDIQ contract award is

$3,000.00, provided that the contractor can demonstrate it has exercised due diligence and made its

best efforts to secure a task order.

B.2 CONTRACT TYPE

The agency intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) with two or more

Multiple Award Task Order Contract (MATOC) awards for a base period of (12) twelve months,

and (3) three option years each (12) twelve months.

B.3 INDEFINITE QUANTITY (DEC 2005)

This is an Indefinite Quantity contract as contemplated by FAR 16.504. The total scope of the

technical tasks for which orders may be issued is set forth in Schedule G; paragraph G-2, provided

in this solicitation. The maximum dollar amount the Government may order under this contract is

10,000,000.00; the minimum amount is $3,000.00.

[END OF SECTION]

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 4 of 111

B. 4 SECTION B- SUPPLIES OR SERVICES AND PRICE/COSTS CONT-

MAX

NET AMT

ITEM NO SUPPLIES MIN/MAX UNIT UNIT PRICE SERVICES QUANTITY EACH MAX AMOUNT

0001 4,775/6000

Hotel Quality Mattress, Quality equal to Brand Name Mattress,

90cmx190cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX NET

AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE

QUANTITY EACH

MAX AMOUNT

0002 50/100

Hotel Quality Mattress

150cmx200cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 5 of 111

ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT

EACH

VOLTAGE 220V

POWER (WATT) 1000, CAPACITY 35-45 LITER

# OF POWER LEVELS 10, TIMER, AUTO DEFROST

FFP

FOB: Destination

MAX

NET AMT

0005 20/150

32’, LCD Television

Multi-system PAL, NTSC, SECAM

VOLTAGE 220v

LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC turners

MIN/MAX QUANTITY

0003 150/500

Steam irons

220V STEAM GLIDE SOLEPLATE

2200 WATT

AUTOMATIC SHUT OFF

FFP

FOB: Destination

MAX NET

AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX

QUANTITY

UNIT

EACH

UNIT PRICE MAX AMOUNT

0004 30/200

Microwave, Product Color: White

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 6 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0006 20/150

DVD Player

Region free-Plays DVD movies from any region

VOLTAGE 220v

PAL/NTSC Conversion Built-in

With USB or HDMI

FFP

FOB: Destination

MAX 0007 350/1,000

Refrigerator 5 cubic feet, International

major brand

220v 5 cu ft refrigerator

Product Color is White

Self defroster

FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 7 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0008 50/1,500

Refrigerator 6.7 cubic feet,

International major brand

220v 5 cu ft refrigerator

Product Color is White

Self defroster

FFP

FOB: Destination

MAX

NET AMT

0009 100/1,000

Vacuum Cleaner

International major brand

VOLTAGE 220V

Drum Vacuum Cleaner

1800W, 17 L, Dry Function

FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 8 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0010 810/2,620

Desk Lamp

Oak Wood

220v

FFP

FOB: Destination

MAX 0011 50/200

Black Leather Chair

Padded Chair, Armless, chair must fit under the desk

At least ¾” leg diameter, stretcher bars in front and back to provide extra support Max

weight capacity 300lbs.

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 9 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0012 5/100

TV Stand Mahogany with 4 drawers

With DVD Player compartment

Width 50 cm

Height 100 cm and Length 75 cm

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 10 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT MAX AMOUNT

QUANTITY EACH

NET AMT

UNIT PRICE

0013 120/500

Hotel Quality Mattress

99cmx203cmx19cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0014 60/500

Oak Bed Frame

Oak Twin Size Bed with 2 drawers

Headboard Height 120cm

Footboard Height 60 cm

Frame Height 50 cm

FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 11 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX 0017 60/500

Oak Night Stand

Oak Wood

With 3 drawers

Height 60cm, Length 50cm Width

45cm

FFP

FOB: Destination

0015 75/5,000

Black Metal Bed, 120cmx190cm

Height 90cm, Length 190cm

Width 120cm

Footboard height 60 cm, clearance 40 cm

FFP

FOB: Destination

MAX NET

AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX

QUANTITY

UNIT

EACH

UNIT PRICE MAX AMOUNT

0016 2,700/5,500

Black Metal Bed 150cmx200cm

Height 90cm, Length 200cm

Width 150cm

Footboard height 60 cm, Clearance 40 cm

FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 12 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0018 60/500

Oak Wardrobe

2 Door Oak Wardrobe

With hasp

Height 180 cm

Length 90cm, Width 50cm

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 13 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX 0021 3,100/15,500

Metal Wall Lockers

Corrosion Resistant & Rust Proof Metal Wall Lockers

2 doors with hasp

Height 180cm, Length 90cm Width

50cm

FFP

FOB: Destination

0019 60/500

Oak TV Stand

With 3 drawers and DVD Compartment

Height 100cm, Length 75cm

Width 50cm

FFP

FOB: Destination

MAX NET

AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX

QUANTITY

UNIT

EACH UNIT PRICE MAX AMOUNT

0020 60/500

Oak Desk

Oak Wood

With 3 drawers

Height 75cm, Length 110cm

Width 60 cm

FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 14 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0022 10/500

Dishwashers

220v No. of Settings: 14 Place Settings

Energy class A+, No of Programs: 7 programs

Preferred color: white

FFP

FOB: Destination

MAX

NET AMT

0023 50/250

Electric Stove/Range

220v, 50x60 Electric Cooker No.

of Electric Plates 4

Preferred: color: white

FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 15 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0024 50/1,000

Washer

Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft

10.5 Kg. Type of Agitator: Dual Action Product

Color: White Console

FFP

FOB: Destination

MAX 0025 50/2,000

Dryer

Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft

10.5 Kg, Dry system: Auto Dry

Product Color: White Console

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 16 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0026 25/250

Cipher Locks

Kaba, Simplex LP 1000 Series or equivalent Push

Button Locks

Factory handed, not field reversible

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 17 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0027 10/1,000

Shop –Vac / Pro 30L Wet/Dry Vac 220V or equivalent

1600 Max Watts

Water Pressure (cm) 1625

230/240V – 50/60Hz 1400 W 1 E.C

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1001 0/5,500

OPTION

Hotel Quality Mattress, Quality equal to Brand Name Mattress,

90cmx190cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 18 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MIN/MAX

QUANTITY

1002 0/100

Hotel Quality Mattress

150cmx200cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1003 0/500

Steam irons

220V STEAM GLIDE SOLEPLATE

2200 WATT

AUTOMATIC SHUT OFF

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 19 of 111

ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT

EACH

1004 0/200

Microwave, Product Color: White

VOLTAGE 220V

POWER (WATT) 1000, CAPACITY 35-45 LITER

# OF POWER LEVELS 10, TIMER, AUTO DEFROST

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1005 0/150

32’, LCD Television

Multi-system PAL, NTSC, SECAM

VOLTAGE 220v

LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC turners

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 20 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 21 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT MAX AMOUNT

QUANTITY EACH

UNIT PRICE

1006 0/150

DVD Player

Region free-Plays DVD movies from any region

VOLTAGE 220v

PAL/NTSC Conversion Built-in

With USB or HDMI FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1007 0/1,000

Refrigerator 5 cubic feet,

International major brand

220v 5 cu ft refrigerator

Product Color is White

Self defroster

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 22 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1008 0/1,500

Refrigerator 6.7 cubic feet,

International major brand

220v 5 cu ft refrigerator

Product Color is White Self

defroster

FFP FOB: Destination

MAX NET

AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX

QUANTITY

UNIT

EACH UNIT PRICE MAX AMOUNT

1009 0/1,000

Vacuum Cleaner

International major brand

VOLTAGE 220V

Drum Vacuum Cleaner

1800W, 17 L, Dry Function

FFP FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 23 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

1010 0/2,620

Desk Lamp

Oak Wood

220v

FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1011 0/200

Black Leather Chair

Padded Chair, Armless, chair must fit under the desk

At least ¾” leg diameter, stretcher bars in front and back to provide extra

support

Max weight capacity 300lbs. FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 24 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 25 of 111

ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT

EACH

MIN/MAX

QUANTITY

1012 0/100

TV Stand Mahogany with 4 drawers

With DVD Player compartment

Width 50 cm

Height 100 cm and Length 75 cm

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1013 0/500

Hotel Quality Mattress

99cmx203cmx19cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 26 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1014

Oak Bed Frame

Oak Twin Size Bed with 2 drawers Headboard

Height 120cm

Footboard Height 60 cm Frame

Height 50 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1015 0/5,000

Black Metal Bed, 120cmx190cm

Height 90cm, Length 190cm

Width 120cm

Footboard height 60 cm, clearance 40 cm FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 27 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

NET AMT

1016 0/5,500

Black Metal Bed 150cmx200cm

Height 90cm, Length 200cm

Width 150cm

Footboard height 60 cm, Clearance 40 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1017 0/500

Oak Night Stand

Oak Wood

With 3 drawers

Height 60cm, Length 50cm

Width 45cm FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 28 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 29 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

MAX

NET AMT

1018

Oak Wardrobe

2 Door Oak Wardrobe

With hasp

Height 180 cm

Length 90cm, Width 50cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1019 0/500

Oak TV Stand

With 3 drawers and DVD Compartment

Height 100cm, Length 75cm

Width 50cm FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 30 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

1020

Oak Desk

Oak Wood

With 3 drawers

Height 75cm, Length 110cm

Width 60 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1021 0/15,500

Metal Wall Lockers

Corrosion Resistant & Rust Proof Metal Wall Lockers

2 doors with hasp

Height 180cm, Length 90cm

Width 50cm FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 31 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

MAX

NET AMT

1022

Dishwashers

220v No. of Settings: 14 Place Settings

Energy class A+, No of Programs: 7 programs Preferred

color: white FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1023 0/250

Electric Stove/Range

220v, 50x60 Electric Cooker

No. of Electric Plates 4

Preferred: color: white FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 32 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 33 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX NET

AMT

1024 0/1,000

Washer

Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft

10.5 Kg. Type of Agitator: Dual Action Product

Color: White Console FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1025 0/2,000

Dryer

Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft

10.5 Kg, Dry system: Auto Dry Product

Color: White Console FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 34 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1026 0/250

Cipher Locks

Kaba, Simplex LP 1000 Series

Push Button Locks

Factory handed, not field reversible FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

1027 0/1,000

Shop –Vac / Pro 30L Wet/Dry Vac 220V or equalivant

1600 Max Watts

Water Pressure (mm) 1625

230/240V – 50/60Hz 1400 W 1 E.C FFP

FOB: Destination

2001 0/5,500

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 35 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

OPTION

Hotel Quality Mattress, Quality equal to Brand Name Mattress,

90cmx190cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2002 0/100

Hotel Quality Mattress

150cmx200cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 36 of 111

ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT

EACH

MIN/MAX

QUANTITY

2003 0/500

Steam irons

220V STEAM GLIDE SOLEPLATE

2200 WATT

AUTOMATIC SHUT OFF FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2004 0/200

Microwave, Product Color: White

VOLTAGE 220V

POWER (WATT) 1000, CAPACITY 35-45 LITER

# OF POWER LEVELS 10, TIMER, AUTO DEFROST

FFP FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 37 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2005 0/150

32’, LCD Television

Multi-system PAL, NTSC, SECAM

VOLTAGE 220v

LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC

turners FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2006 0/150

DVD Player

Region free-Plays DVD movies from any region

VOLTAGE 220v

PAL/NTSC Conversion Built-in

With USB or HDMI FFP FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 38 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2007 0/1,000

Refrigerator 5 cubic feet,

International major brand

220v 5 cu ft refrigerator

Product Color is White

Self defroster

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2008 0/1,500

Refrigerator 6.7 cubic feet,

International major brand

220v 5 cu ft refrigerator

Product Color is White Self

defroster

FFP FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 39 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2009 0/1,000

Vacuum Cleaner

International major brand

VOLTAGE 220V

Drum Vacuum Cleaner

1800W, 17 L, Dry Function

FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2010 0/2,620

Desk Lamp

Oak Wood

220v

FFP FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 40 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2011 0/200

Black Leather Chair

Padded Chair, Armless, chair must fit under the desk

At least ¾” leg diameter, stretcher bars in front and back to provide extra

support

Max weight capacity 300lbs. FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2012 0/100

TV Stand Mahogany with 4 drawers

With DVD Player compartment

Width 50 cm

Height 100 cm and Length 75 cm FFP FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 41 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2013 0/500

Hotel Quality Mattress

99cmx203cmx19cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS

COILS FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2014 0/500

Oak Bed Frame

Oak Twin Size Bed with 2 drawers Headboard

Height 120cm

Footboard Height 60 cm Frame

Height 50 cm FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 42 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

2015 0/5,000

Black Metal Bed, 120cmx190cm

Height 90cm, Length 190cm

Width 120cm

Footboard height 60 cm, clearance 40 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2016 0/5,500

Black Metal Bed 150cmx200cm Height

90cm, Length 200cm

Width 150cm

Footboard height 60 cm, Clearance 40 cm FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 43 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

2017 0/500

Oak Night Stand

Oak Wood

With 3 drawers

Height 60cm, Length 50cm

Width 45cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2018 0/500

Oak Wardrobe

2 Door Oak Wardrobe

With hasp

Height 180 cm

Length 90cm, Width 50cm FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 44 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

2019 0/500

Oak TV Stand

With 3 drawers and DVD Compartment

Height 100cm, Length 75cm

Width 50cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2020 0/500

Oak Desk

Oak Wood

With 3 drawers

Height 75cm, Length 110cm

Width 60 cm FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 45 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

2021 0/5,500

Metal Wall Lockers

Corrosion Resistant & Rust Proof Metal Wall Lockers

2 doors with hasp

Height 180cm, Length 90cm

Width 50cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2022 0/500

Dishwashers

220v No. of Settings: 14 Place Settings

Energy class A+, No of Programs: 7 programs Preferred

color: white FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 46 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

2023 0/250

Electric Stove/Range

220v, 50x60 Electric Cooker

No. of Electric Plates 4

Preferred: color: white FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2024 0/1,000

Washer

Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft

10.5 Kg. Type of Agitator: Dual Action Product

Color: White Console FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 47 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2025 0/2,000

Dryer

Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft

10.5 Kg, Dry system: Auto Dry Product

Color: White Console FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2026 0/250

Cipher Locks

Kaba, Simplex LP 1000 Series Push

Button Locks

Factory handed, not field reversible FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 48 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

2027 0/1,000

Shop –Vac / Pro 30L Wet/Dry Vac 220V or equalivant

1600 Max Watts

Water Pressure (mm) 1625

230/240V – 50/60Hz 1400 W 1 E.C FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3001 0/100

OPTION

Hotel Quality Mattress, Quality equal to Brand Name Mattress,

90cmx190cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 49 of 111

ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT

EACH

MIN/MAX

QUANTITY

3002 0/100

Hotel Quality Mattress

150cmx200cmx23cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS

FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3003 0/500

Steam irons

220V STEAM GLIDE SOLEPLATE

2200 WATT

AUTOMATIC SHUT OFF

FFP FOB: Destination

MAX

NET AMT

3004 0/200

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 50 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

Microwave, Product Color: White

VOLTAGE 220V

POWER (WATT) 1000, CAPACITY 35-45 LITER

# OF POWER LEVELS 10, TIMER, AUTO DEFROST

FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3005 0/150

32’, LCD Television

Multi-system PAL, NTSC, SECAM

VOLTAGE 220v

LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC

turners FFP FOB: Destination

MAX

NET AMT

3006 0/150

DVD Player

Region free-Plays DVD movies from any region

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 51 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

VOLTAGE 220v

PAL/NTSC Conversion Built-in

With USB or HDMI FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3007 0/1,000

Refrigerator 5 cubic feet,

International major brand

220v 5 cu ft refrigerator

Product Color is White

Self defroster

FFP

FOB: Destination

MAX

NET AMT

3008 0/1,500

Refrigerator 6.7 cubic feet,

International major brand

220v 5 cu ft refrigerator

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 52 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

Product Color is White Self

defroster

FFP FOB: Destination

MAX NET

AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX

QUANTITY

UNIT

EACH

UNIT PRICE MAX AMOUNT

3009 0/1,000

Vacuum Cleaner

International major brand

VOLTAGE 220V

Drum Vacuum Cleaner

1800W, 17 L, Dry Function

FFP FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 53 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

3010 0/2,620

Desk Lamp

Oak Wood

220v

FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3011 0/200

Black Leather Chair

Padded Chair, Armless, chair must fit under the desk

At least ¾” leg diameter, stretcher bars in front and back to provide extra

support

Max weight capacity 300lbs. FFP

FOB: Destination

MAX

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 54 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

NET AMT

3012 0/100

TV Stand Mahogany with 4 drawers

With DVD Player compartment

Width 50 cm

Height 100 cm and Length 75 cm FFP FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3013 0/500

Hotel Quality Mattress

99cmx203cmx19cm

SEMI-FIRM, DOUBLE-SIDE

FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS

COILS FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 55 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 56 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

3014

Oak Bed Frame

Oak Twin Size Bed with 2 drawers Headboard

Height 120cm

Footboard Height 60 cm Frame

Height 50 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3015 0/5,000

Black Metal Bed, 120cmx190cm

Height 90cm, Length 190cm

Width 120cm

Footboard height 60 cm, clearance 40 cm FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 57 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3016 0/5,500

Black Metal Bed 150cmx200cm

Height 90cm, Length 200cm

Width 150cm

Footboard height 60 cm, Clearance 40 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3017 0/500

Oak Night Stand

Oak Wood

With 3 drawers

Height 60cm, Length 50cm

Width 45cm FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 58 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

MAX

NET AMT

3018

Oak Wardrobe

2 Door Oak Wardrobe

With hasp

Height 180 cm

Length 90cm, Width 50cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3019 0/500

Oak TV Stand

With 3 drawers and DVD Compartment

Height 100cm, Length 75cm

Width 50cm FFP

FOB: Destination

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 59 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

MAX

NET AMT

3020

Oak Desk

Oak Wood

With 3 drawers

Height 75cm, Length 110cm

Width 60 cm FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3021 0/5,500

Metal Wall Lockers

Corrosion Resistant & Rust Proof Metal Wall Lockers

2 doors with hasp

Height 180cm, Length 90cm Width

50cm FFP

FOB: Destination

3022

Dishwashers

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 60 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

0/500

MAX

NET AMT

220v No. of Settings: 14 Place Settings

Energy class A+, No of Programs: 7 programs Preferred

color: white FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3023 0/250

Electric Stove/Range

220v, 50x60 Electric Cooker

No. of Electric Plates 4

Preferred: color: white FFP

FOB: Destination

MAX AMOUNT

3024 0/1,000

Washer

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 61 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE

QUANTITY EACH

Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft

10.5 Kg. Type of Agitator: Dual Action Product

Color: White Console FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3025 0/2,000

Dryer

Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft

10.5 Kg, Dry system: Auto Dry Product

Color: White Console FFP

FOB: Destination

MAX

NET AMT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 62 of 111

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE

QUANTITY EACH

MAX AMOUNT

3026 0/250

Cipher Locks

Kaba, Simplex LP 1000 Series

Push Button Locks

Factory handed, not field reversible FFP

FOB: Destination

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH

3027 0/1,000

Shop –Vac / Pro 30L Wet/Dry Vac 220V or equalivant

1600 Max Watts

Water Pressure (mm) 1625

230/240V – 50/60Hz 1400 W 1 E.C FFP

FOB: Destination

MAX

NET AMT

SECTION C- DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK C.1

GENERAL REQUIREMENTS/PROJECT SCOPE

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 63 of 111

C.1.1 This Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order

Contract (MATOC) is intended to provide furniture and appliances for lifecycle

replacement for new construction housing on Camp Arifjan, Camp Buehring, and Camp

Patriot. The contractor shall provide all furniture, appliances, and delivery in accordance

with the Salient Characteristics in Schedule B, provided in this solicitation. The

contractor shall furnish all materials, supplies, furniture, appliances, and items

(except as may be expressly set forth in this master indefinite delivery/indefinite quantity

(IDIQ) contract or any task order (TO) against this master IDIQ contract as furnished by

the agency) and otherwise do all things necessary for, or incident to, performance of the

requirements in accordance with the statement of work (SOW) of this master IDIQ

contract and all TOs issued against this master IDIQ contract.

C.2 The contractor shall be responsible for providing specific or needed items repetitively,

and on short notice while allowing for flexibility in quantity and a decrease in processing

time. Unless otherwise stated, all provisions that follow throughout the remaining

sections of this master IDIQ contract may be revised within the overall scope of the

contract, as necessary based on the needs and regulations of the agency, to include Task

Order Request for Proposal (RFP).

C.3 The contractor shall establish a point of contact (name and phone number) for use by the

agency in providing responses to contractor communications. The point of contact shall

be available as specified in the Task Order throughout the Task Order term. The

contractor shall furnish sufficient personnel to perform all work specified within the Task

Order.

C.4 The North American Industry Classification (NAICS) code for this acquisition is

337127. The Classification Code is 71.

C.5 Interested parties must be registered in FedBizOpps and the System for Award

Management (SAM) at www.sam.gov in order to view or download the solicitation

documents. It is the responsibility of the interested parties to appropriately register SAM

& FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised, to

be eligible for award of the contract resulting from this solicitation requires an active

SAM registration, to include satisfactory completion of the applicable online

representation & certifications. This solicitation documents will only be made available

in electronic format. No CD-ROMs or hardcopy documents will be distributed.

SECTION D -PACKAGING AND MARKING

D.1 PRESERVATION, PACKAGING AND PACKING

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 64 of 111

Unless otherwise specified, all items shall be preserved, packaged, and packed in accordance with

normal commercial practices, as defined in the applicable commodity specification. Packaging and

packing shall comply with the requirements of the Uniform Freight Classification and the National

Motor Freight Classification (issue in effect at time of shipment) and each shipping container or each

item in a shipment shall be of uniform size and content, except for residual quantities. Where special

or unusual packing is specified in an order, but not specifically provided for by the contract, such

packing details must be the subject of an agreement independently arrived at between the ordering

agency and the contractor.

D.2 PACKING LIST

A packing list or other suitable shipping document shall accompany each shipment and shall indicate:

1. Name and address of the contractor;

2. Name and address of the customer;

3. Government task order (TO) or requisition number;

4. Government bill of lading number covering the shipment (if any); and

5. Description of the material shipped, including item number, quantity, number of containers,

package number (if any), and weight of each package

D.3 INITIAL PACKING, MARKING, AND STORAGE OF EQUIPMENT

Unless otherwise specified in the TO, all initial packing, marking and storage incidental to shipping

of equipment to be provided under this contract shall be made at the contractor’s expense. Such

packing, supervision marking and storage costs shall not be billed to the agency. Supervision of

packing, and unpacking of initially acquired equipment shall be furnished by the contractor removal

of debris.

[END OF SECTION]

SECTION E -INSPECTION AND ACCEPTANCE

E.1 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2)(FEB 1998)

NOTICE: The following contract clauses pertinent to this section are hereby incorporated by

reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSE

NUMBER DATE TITLE

52.246-14 APR 1984 INSPECTION OF TRANSPORTATION

52.246-15 APR 1984 CERTIFICATE OF CONFORMANCE

52.246-16 APR 1984 RESPONSIBILITY FOR SUPPLIES

II. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 65 of 111

CLAUSES

252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2003)

E.2 INSPECTION

Each task order (TO) will include specific inspection criteria pertinent to the TO project. The

following general inspection requirements shall apply to each TO, unless otherwise indicated in the

TO:

E.2.1 Each TO may include additional specific or site-specific inspection and

requirements. The contractor shall review each TO to determine the recommended applicable

inspection requirements for that TO

E.2.2 . The agency and contractor shall mutually agree on, and specify in the TO, the

anticipated schedule for the contractor report submittals and the duration for agency review

for acceptance.

[END OF SECTION]

SECTION F -DELIVERIES OR PERFORMANCE

F.1 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2)(FEB 1998)

NOTICE: The following contract clauses pertinent to this section are hereby incorporated by

reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSE

NUMBER DATE TITLE

52.242-15 AUG 1989 STOP-WORK ORDER

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

F.2 PERIOD OF PERFORMANCE

The base period of performance of this master indefinite delivery/indefinite quantity (IDIQ), Multiple

Award Task Order Contract (MATOC) shall be for a base period of twelve months, and shall have

three option periods of twelve months each totaling five years.

F.3 EXERCISE OF OPTIONS

There are three (3) option years to extend the term of this master IDIQ contract. The agency will

consider the quality of the contractor’s performance under this master IDIQ contract, as well as the

requirements specified at FAR 17.207-Exercise of Options before exercising each option period.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 66 of 111

F.4. PLACE OF PERFORMANCE

Performance shall take place at the agency’s facility unless otherwise specified on the TO.

F.5. DELIVERABLES AND SUBMITTALS

Required Deliverable Due By

Task Order Proposal By the due date specified by the agency CO

Signed TO awards with all attachments Within 10 calendar days after award

Signed TO modifications with all attachments Within 10 calendar days after award

[END OF SECTION]

28

SECTION G -CONTRACT ADMINISTRATION DATA G.1 MASTER INDEFINITE

DELIVERY/INDEFINITE QUANTITY (IDIQ)

CONTRACT ADMINISTRATION

G.1.1 Administration of IDIQ Contract -Administration of this master IDIQ contract

shall be administered by the following individuals:

A. MATOC IDIQ Contracting Officer (CO) -The Contracting Officer for this contract

is Sheri L. Smith; Telephone No.: 965-9722-6476; E-mail:

[email protected]. The contractor shall use the CO/CS as the focal point

for all matters regarding this master IDIQ contract, except technical matters.

B. MATOC IDIQ Contracting Specialist (CS) -The Contracting Specialist for this

contract is MAJ Prado; Telephone No.: 965-9968-3845; E-mail:

[email protected]. The contractor shall use the CO/CS as the focal point

for all matters regarding this master IDIQ contract, except technical matters.

C. MATOC IDIQ Contracting Officer Representative (COR) -The COR for this

contract is 1LT Winterfeldt; Telephone No.: 965-9940-2781; E-mail:

[email protected]. The contractor shall use the DOE COR as the

focal point for all technical related matters regarding this master IDIQ contract after

the contract award.

G.2 PROCEDURES FOR AWARDING TASK ORDERS

A. General – The Government may award more than one master indefinite

delivery/indefinite quantity (IDIQ) contracts for the work specified in the statement of

work (SOW) of this contract. The Agency Contracting Officer (agency CO), may

periodically issue task orders (TO) pursuant to the procedures set forth in the paragraphs

below. The ordering procedures identified below will be used to select a single awardee

(contractor).

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 67 of 111

B. Contractor Selection Procedures – The agency CO must provide each contractor a fair

opportunity to be considered for any TO award. In selecting a contractor, the agency CO

may exercise discretion in developing contractor selection procedures, as long as the

agency CO complies with applicable laws and regulations, local agency policies, and the

framework of the selection methods established below. The agency CO shall indicate, in

the initial notice to all IDIQ holders, the selection method and down selections the

agency intends to use for the entire ordering process. The agency CO reserves the right to

adjust the selection process. (As an example, the agency CO may determine that having

started under a process that bases selection on qualifications, the process may be adjusted

to include the review of preliminary assessments). All notices required under this IDIQ

will be sent to all awarded contractors.

C. Evaluation Factors –Formal evaluation plans and scoring of proposals are not required

when selecting a contractor for further consideration. The agency CO shall consider the

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 62 of 102

best value for the Government by reviewing past performance, related experience,

technical capabilities, price assessment, and any other agency specific criteria in making

its selection decision for best value.

D. Debriefs –The agency CO shall notify the unsuccessful contractor(s) they

are no longer being considered and provide an opportunity for

debriefings.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 69 of 111

PART II -CONTRACT CLAUSES

SECTION I -CONTRACT CLAUSES

I.1 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2)(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):

Federal Acquisition Regulation (FAR) (clauses starting with 52): http://www.arnet.gov/far/

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

52.202-1 Definitions NOV 2013

52.203-5 Covenant Against Contingent Fees MAY 2014

52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006

52.203-7 Anti-Kickback Procedures MAY 2014

52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014

To Inform Employees of Whistleblower Rights

52.204-7 System for Award Management JUL 2013

52.211-6 Brand Name or Equal AUG 1999

52.212-4 Contract Terms and Conditions--Commercial Items DEC 2014

CLAUSES INCORPORATED BY FULL TEXT

52.216-27 SINGLE OR MULTIPLE AWARDS. (OCT 1995)

(End of provision)

CLAUSES INCORPORATED BY REFERENCE

52.225-14 Inconsistency Between English Version And Translation Of FEB 2000

Contract

52.232-11 Extras APR 1984

52.233-3 Protest After Award AUG 1996

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

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2014

The Government of a Terrorist Country

252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to

Perform APR 2003

252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997

252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012

Reports

252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract

Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997

252.243-7001 Pricing Of Contract Modifications DEC 1991

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 70 of 111

CLAUSES INCORPORATED BY FULL TEXT

52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (APR 2014)

(a) North American Industry Classification System (NAICS) code and small business size standard. The

NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet

(SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but

which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before

the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as

otherwise specified in the solicitation. As a minimum, offers must show--

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the

requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those

representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant

contracts for the same or similar items and other references (including contract numbers, points of contact with

telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all

terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations

or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from

the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time

specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at

no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during

preaward testing.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 71 of 111

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or

commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated

separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers:

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach

the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified

in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that

offers or revisions are due.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in

the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is

received before award is made, the Contracting Officer determines that accepting the late offer would not unduly

delay the acquisition; and--

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at

the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the

date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for

receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the

Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date

stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation,

or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be

received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and

urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the

closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified

in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of

offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile

offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers,

subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in

person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of

the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and

award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's

best terms from a price and technical standpoint. However, the Government reserves the right to conduct

discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all

offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor

irregularities in offers received.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 72 of 111

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror

qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted

for quantities less than those specified. The Government reserves the right to make an award on any item for a

quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal

Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications,

standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a

request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW,

Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued

this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation

may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision.

Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST

websites:

(i) ASSIST (https://assist.dla.mil/online/start/).

(ii) Quick Search (http://quicksearch.dla.mil/).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point

(DoDSSP) by--

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,

Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation,

publication, or maintenance.

(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of

$3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management

(SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the

annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name

and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of

the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts

(see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun

and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling

1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States

must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an

offeror for a Government contract when contacting the local Dun and Bradstreet office.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 73 of 111

(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer,

the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database

prior to award, during performance and through final payment of any contract resulting from this solicitation. If

the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer,

the Contracting Officer will proceed to award to the next otherwise successful registered

Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM

database accessed through https://www.acquisition.gov.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the

following information, if applicable:

(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past

performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection

procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by

the agency.

(End of provision)

52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS.

PLEASE READ CAREFULLY: To assure timely and equitable evaluation of proposals, interested parties

must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond

directly to the requirements of this solicitation. Offeror(s) are encouraged to ask questions regarding this

solicitation. Technical related questions will be accepted by email up to @5:00 PM Kuwait Time or 9:00 AM

Eastern Time (ET) on 23 March 2015. This requirement is to procure the following:

The purpose of this solicitation is for the acquisition of Household Furniture and Appliances for various camps

throughout Kuwait. An Indefinite Delivery Indefinite Quantity (IDIQ) type contract is intended with a one (12)

month base and three (3) twelve (12) month option periods. The minimum dollar value is 3,000.00, with a

maximum dollar value of $10,000,000.00 (including options).

BASIS FOR AWARD: The Government intends to make an award to the Offeror whose proposal represents the

best value to the Government, with all factors 1) Technical Approach, 2) Delivery Time, 3) Price considered as

described below. All evaluation factors other than price, when combined, are approximately more important than

price. Accordingly, award may be made to an Offeror other than the lowest priced Offeror, if that higher-priced

Offeror provides the best value.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 74 of 111

The evaluation factors used for this source selection: 1) Technical Approach 2) Delivery Time, 3) Price. The

evaluation factors other than price, when combined, are approximately more important than price. The non-price

factors are of approximately equal importance.

Contracting Office Points of Contact:

The Contracting Officer for this solicitation is: Ms. Sheri Smith

Email address for Contracting Officer is: [email protected]

The Contract Specialist for this solicitation is: SFC MCCORMACK

Email address for Contract Specialist is: [email protected]

Proposal Preparation Instructions

1. Offerors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449. In doing so,

the offeror agrees to the contract terms and conditions as written in the solicitation, with attachments and IAW

the specifications.

2. Offerors shall insert proposed minimum and maximum quantities, unit price and (total) prices (“AMOUNT”) in

the Pricing Schedule B portion of the SF 1449 under Contract Line Item Number (CLIN).

3. Descriptive specifications of the proposed furniture shall be included with the proposal. In addition to

descriptive specification proposals shall include pictures.

4. In regard to submission of proposals, the Government requires the Offeror to submit their proposal

electronically via email delivery. The Offeror’s proposal shall consist of two separate volumes, each bound

separately as follows:

a. Electronic Proposal Delivery: Offerors are advised that delays can be experienced with the base

email system. Proposals shall be emailed to arrive at the following email address by the required

date. Offerors may send their Proposal using multiple emails and it is advised that number systems

such as “email 1 of 4” are used so that if requested by the offeror, we can confirm receipt.

b. Formal Communication: Offerors should submit formal communications such as requests for

clarifications and/or information concerning this solicitation via email to the following email

address NO LATER THAN Five (5) CALENDAR DAYS prior to receipt of proposal date to

[email protected] and [email protected]

c. Solicitation Closing Date and Time: 1 APRIL 2015, @ 5:00 PM local time (Kuwait City,

Kuwait) (+3GMT) or 9:00 AM Eastern Time (ET). Proposals received after this date and time

may be rejected by the Government.

Page Count. The page count is as follows:

Proposal Parts Page Count

Volume I – Technical Approach

The offeror shall provide two

(2) versions of Volume I – Technical Proposal. One

version shall be the original, and the other version

shall be a redacted copy.

Redacted – means free of any identifiable company

logos, company name or information.

NTE 35 pages including, covers, title pages,

executive summaries, and table of contents and

supporting documentation.

Volume II – Time of Delivery No Page limit

Volume III – Price (submit one (1) copy ) No Page Limit

5. Proposals shall be valid for ninety (90) days after receipt.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 75 of 111

6. Complete the fill-ins and certifications in the provisions as necessary. Return completed provision FAR 52.212-

3 or provide a statement that acknowledges that the annual representation and certification at Systems for

Awards Management (SAMS) are complete. Submission of the first page of SAMS is also acceptable.

7. The proposal and all submittals shall be submitted electronically and in English.

8. To be considered for evaluation, all offerors must submit an electronic proposal to the Contract Officer and

Contract Specialist. Submit any question or concerns to the Contracting Officer or Contract Specialist (Listed

above in the Points of Contact paragraph) no later than the stated due date and time in block 8 of the SF 1449.

Questions and answers will be addressed in solicitation amendments; re-establishing cut-off dates. Submission

of proposals via fax or hand-carry will not be accepted.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 69 of 102

9. Offerors are cautioned to submit all required information in the format specified in the Instructions to Offerors.

Offerors shall assume that the Government has no prior knowledge of their product, and will base its technical

evaluation entirely on the information presented in the offerors proposal.

10. Offerors shall acknowledge all solicitation amendments.

Omission of any significant aspect of the proposal may render your proposal technically unacceptable. Late

Proposals (if applicable): Proposals that are received late according to FAR 52.212-1(f) will not be considered.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 77 of 111

Request for Proposal format Offerors

are permitted to attach files to their Proposal’s as requested.

For questions regarding this solicitation, e-mail is the preferred method. E-mail questions to the Contracting Officer

or the Contract Specialist (listed above in the Points of Contact paragraph).

Amendments to the Solicitation

If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall

acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s).

Failure to acknowledge an amendment by the date and time specified may result in rejection of the Proposal.

Exchanges with Offerors after Receipt of Proposal.

The Government intends to evaluate proposals and award one or more contracts based on best value to the Government

and without discussions with Offerors. Therefore, the offerors’ initial offer should contain the offerors’s best terms

from a price and technical standpoint; however, the Government reserves the right to conduct discussions if later

determined by the Contracting Officer to be necessary. The Government may reject any or all proposals if such action

is in the public interest; we could accept other than the lowest proposal, if the lowest proposal is technically

unacceptable.

FACTORS AND SUB-FACTORS TO BE EVALUATED

FACTOR I: TECHNICAL APPROACH

FACTOR II: DELIVERY TIME

FACTOR III: PRICE

Evaluation:

All proposals shall be subject to evaluation by a team of Government advisors in accordance with the evaluation

criteria stated in the solicitation and this plan.

1. Technical Evaluation: At a minimum, the proposal shall address the minimum technical specifications

outlined in the Request for Proposal (RFP).

2. Time of Delivery: Offeror must be able to provide requested items no later than thirty (30) days from

contract award or task order award.

3. Price Evaluation: Offerors shall insert the unit price for each separately priced item and complete

extended prices in the pricing schedule; partial proposals will not be considered. State quantity discounts you offer.

The offeror’s proposed price will be evaluated based on price reasonableness in accordance with FAR Subpart

15.4041(b). The Government will evaluate the vendor's pricing for award purposes by adding the total of all

pricing, including all option periods, IAW FAR 15.404-1(b)(2). The Government may choose to exercise the

Extension of Services at the end of the performance period (base period), utilizing the rates of that performance

period.

The offeror’s proposed price will be evaluated based on price reasonableness in accordance with FAR Subpart

15.404-1(b). The evaluation may include, but is not limited to:

(a) Price comparison with other offerors

(b) Completeness: All separately priced items and extended prices completed in the pricing

schedule.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 78 of 111

(c) Comparison with independent Government costs estimates

Adjectival Ratings:

Proposal will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival

ratings for Technical:

i) Rating - Good

Description Based on the offeror’s technical proposal , the Government has a reasonable expectation that the offeror

will successfully perform the required effort, or the offerors performance record is unknown.

ii) Rating- Satisfactory

Description Based on the offeror’s technical proposal , the Government has a reasonable expectation that the offeror

will meet satisfactory the performance equired effort, or the offerors performance record is unknown.

iii) Rating - Unsatisfactory

Description Based on the offeror’s technical proposal , the Government has no reasonable expectation that the

offeror will be able to successfully perform the required effort.

Offerors receiving an Unsatisfactory rating for the Technical factor will not receive further consideration.

Acquisition Type:

The Government will award one or more Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) to the

responsible vendor(s) whose proposal(s) conform(s) to the solicitation, W912D1-15-R-0012, and is (are) most

advantageous to the Government based on BEST VALUE TO THE GOVERNMENT.

CLAUSES INCORPORATED BY FULL TEXT

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

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer

conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The

following factors shall be used to evaluate offers:

4. Technical capability to meet the Government requirements. In order for the quote to be considered

technically acceptable, the Government will make a determination of technical acceptability by evaluating the

following:

Product specification literature demonstrating that the offeror is able to meet the Government’s requirement.

5. Price: The Government will evaluate the vendor's pricing for award purposes by adding the total of all

pricing, including all option periods, IAW FAR 15.404-1(b)(2).

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options

to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the

option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the

option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror

within the time for acceptance specified in the offer, shall result in a binding contract without further action by

either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer),

whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 79 of 111

(End of provision)

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2014)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual

representations and certification electronically via the System for Award Management (SAM) Web site accessed

through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications

electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.

(a) Definitions. As used in this provision

“Economically disadvantaged women-owned small business (EDWOSB) Concern” means a small business concern

that is at least 51 percent directly and unconditionally owned by, and the management and daily

business operations of which are controlled by, one or more women who are citizens of the United States and who

are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned

small business eligible under the WOSB Program.

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

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and

for which the worker does not offer himself voluntarily; or

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

accomplished by process or penalties.

Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or

controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises

control of the highest level owner.

Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control

include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of

interests among family members, shared facilities and equipment, and the common use of employees.

Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic

corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c).

Manufactured end product means any end product in 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;

(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;

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 80 of 111

(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--

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 81 of 111

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

publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled

veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled

veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent

caregiver of such veteran.

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

serviceconnected, as defined in 38 U.S.C. 101(16).

"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not

dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business

under the criteria in 13 CFR Part 121 and size standards in this solicitation.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the

size standard applicable to the acquisition, that--

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

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as

defined at 13 CFR 124.104) individuals who are citizens of the United States; and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into

account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by

individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Subsidiary means an entity in which more than 50 percent of the entity is owned--

(1) Directly by a parent corporation; or

(2) Through another subsidiary of a parent corporation.

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

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 82 of 111

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

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR

part 127)”, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the

management and daily business operations of which are controlled by, one or more women who are citizens of the

United States.

(b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this

provision do not automatically change the representations and certifications posted electronically on the SAM

website.

(2) The offeror has completed the annual representations and certifications electronically via the SAM website

accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies

by submission of this offer that the representations and certifications currently posted electronically at FAR

52.2123, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12

months, are current, accurate, complete, and applicable to this solicitation (including the business size standard

applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this

offer by reference (see FAR 4.1201), except for paragraphs ___ .

[Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for

the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also

incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided

by the offeror are applicable to this solicitation only, and do not result in an update to the representations and

certifications posted electronically on ORCA.]

(c) Offerors must complete the following representations when the resulting contract will be performed in the

United States or its outlying areas. Check all that apply.

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

business concern.

(2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business

concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is

not a veteran-owned small business concern.

(3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as

a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its

offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business

concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small

disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business

concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a

womenowned small business concern.

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

womenowned small business concern in paragraph (c)(5) of this provision.] The offeror represents that--

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 83 of 111

(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the

required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been

issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and

the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the

WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB

concern eligible under the WOSB Program and other small businesses that are participating in the joint venture:

___ .] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a

separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror

represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror

represents that--

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB

Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the

representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the

joint venture. [The offeror shall enter the name or names of the EDWOSB concern and

other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in

the joint venture shall submit a separate signed copy of the EDWOSB representation.

(8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a

womenowned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this

provision.) The offeror represents that it ( ___ ) is, a women-owned business concern.

(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may

identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror

or first-tier subcontractors) amount to more than 50 percent of the contract price:

___

(10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business

concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation,

on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration,

and no material changes in ownership and control, principal office, or HUBZone employee percentage have

occurred since it was certified in accordance with 13 CFR Part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part

126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business

concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone

small business concerns participating in the HUBZone joint venture: ___ .] Each HUBZone small business

concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone

representation.

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

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 84 of 111

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

(i) It ( ___ ) has, ( ___ ) has not, participated in a previous contract or subcontract subject either to the Equal

Opportunity clause of this solicitation, the and

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

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

(i) It ( ___ ) has developed and has on file, ( ___ ) has not developed and does not have on file, at each

establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR

Subparts 60-1 and 60-2), or

(ii) It ( ___ ) has not previously had contracts subject to the written affirmative action programs requirement

of the rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the

contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge

and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or

attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of

Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any

resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on

behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB

Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not

report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were

made.

(f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1,

Buy American --Supplies, is included in this solicitation.)

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic

end product and that for other than COTS items, the offeror has considered components of unknown origin to have

been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products

those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end

product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of

“domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic

end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation

entitled “Buy American--Supplies.” (2) Foreign End Products:

Line Item

No.

Country of

Origin

___ ___

___ ___

___ ___

(List as necessary)

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 85 of 111

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

(g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR

52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this

provision, is a domestic end product and that for other than COTS items, the offeror has considered components

of unknown origin to have been mined, produced, or manufactured outside the United States. The terms

``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf

(COTS) item,''

``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,''

``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause

of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.''

(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than

Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the

clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'':

Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian

End Products) or Israeli End Products:

Line Item

No.

Country of

Origin

___ ___

___ ___

___ ___

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii)

of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-

Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the

United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does

not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End

Products:

Line Item

No.

Country of

Origin

___ ___

___ ___

___ ___

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 86 of 111

[List as necessary]

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

(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If

Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii)

for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this

solicitation entitled "Buy American -Free Trade Agreements-Israeli Trade Act":

Canadian End Products:

Line Item

No.

___

___

___

[List as necessary]

(3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II

to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for

paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as

defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act":

Canadian or Israeli End Products:

Line Item

No.

Country of

Origin

___ ___

___ ___

___ ___

[List as necessary]

(4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the

clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph

(g)(1)(ii) of the basic provision:

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 87 of 111

(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other

than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as

defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'':

Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or

Peruvian End Products) or Israeli End Products:

Line Item

No.

Country of

Origin

___ ___

___ ___

___ ___

[List as necessary]

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

in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a

U.S.made or designated country end product, as defined in the clause of this solicitation entitled ``Trade

Agreements''.

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

end products.

Other End Products:

Line Item

No.

Country of

Origin

___ ___

___ ___

___ ___

[List as necessary]

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

line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated

country end products without regard to the restrictions of the Buy American statute. The Government will consider

for award only offers of U.S.-made or designated country end products unless the Contracting

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 88 of 111

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

(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.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 89 of 111

(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

___ ___

___ ___

___ ___

(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.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 90 of 111

(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of

manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of

manufacture of the end products it expects to provide in response to this solicitation is predominantly--

(1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured

in the United States exceeds the total anticipated price of offered end products manufactured outside the United

States); or

(2) ( ___ ) Outside the United States.

(k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification

by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by

its subcontractor if it subcontracts out the exempt services.)

[The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]

[ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The

offeror ( ___ ) does ( ___ ) does not certify that—

(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental

purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial

quantities to the general public in the course of normal business operations;

(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see

FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and

(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the

contract will be the same as that used for these employees and equivalent employees servicing the same equipment

of commercial customers.

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

certify that—

(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are

provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial

quantities in the course of normal business operations;

(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market

prices (see FAR 22.1003-4(d)(2)(iii));

(iii) Each service employee who will perform the services under the contract will spend only a small portion of

his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than

20 percent of available hours during the contract period if the contract period is less than a month) servicing the

Government contract; and

(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the

contract is the same as that used for these employees and equivalent employees servicing commercial customers.

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

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 91 of 111

(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did

not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the

Contracting Officer as soon as possible; and

(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification

in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of

this clause.

(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is

required to provide this information to the SAM database to be eligible for award.)

(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply

with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041,

6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).

(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the

offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the

payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS

records to verify the accuracy of the offeror's TIN.

(3) Taxpayer Identification Number (TIN).

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

( ___ ) TIN has been applied for.

( ___ ) TIN is not required because:

( ___ ) 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;

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 92 of 111

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

(5) Common parent.

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

( ___ ) Name and TIN of common parent:

Name - ___ .

TIN - ___ .

(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror

does not conduct any restricted business operations in Sudan.

(n) Prohibition on Contracting with Inverted Domestic Corporations—

(1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts

with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the

exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.

(2) Representation. By submission of its offer, the offeror represents that--

(i) It is not an inverted domestic corporation; and

(ii) It is not a subsidiary of an inverted domestic corporation.

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

(1) The offeror shall email questions concerning sensitive technology to the Department of State at

[email protected].

(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—

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 93 of 111

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

and

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

(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in

SAM or a requirement to have a DUNS Number in the solicitation.

(1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more

than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if

applicable, paragraph (3) of this provision for each participant in the joint venture.

(2) If the Offeror indicates ``has'' in paragraph (p)(1) of this provision, enter the following information:

Immediate owner CAGE code:

___

Immediate owner legal name:

___

(Do not use a ``doing business as'' name)

Is the immediate owner owned or controlled by another entity: [

___ ] Yes or [ ___ ] No.

(3) If the Offeror indicates ``yes'' in paragraph (p)(2) of this provision, indicating that the immediate owner is owned

or controlled by another entity, then enter the following information:

Highest-level owner CAGE code:

___

Highest-level owner legal name:

___

(Do not use a ``doing business as'' name)

(End of provision)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR

EXECUTIVE ORDERS—COMMERCIAL ITEMS (DEVIATION 2013-O0019) (DEC 2014)

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph

(a) 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.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 94 of 111

(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.

(b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow

down any FAR clause, other than those in this paragraph (b)(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 (Dec 2010) (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 (1) 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 2010) (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)).

_X__ 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.)

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 95 of 111

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

(xiii) 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.

(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx

1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of

additional clauses necessary to satisfy its contractual obligations.

(End of Clause)

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Indefinite Delivery Indefinite Quantity, Multiple Award Task Order

Contract (MATOC) resulting from this solicitation.

.

(End of provision)

52.216-27 -- Single or Multiple Awards. (Oct 1995)

The Government may elect to award a single delivery order contract or task order contract or to

award multiple delivery order contracts or task order contracts for the same or similar supplies or

services to two or more sources under this solicitation.

(End of Provision)

252.216-7006 Ordering.

As prescribed in 216.506(a), use the following clause:

ORDERING (MAY 2011)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance

of delivery orders or task orders by the individuals or activities designated in the contract

schedule. Such orders may be issued from date of contract award.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract.

In the event of conflict between a delivery order or task order and this contract, the contract shall

control.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 96 of 111

(c)(1) If issued electronically, the order is considered “issued” when a copy has been posted to

the Electronic Document Access system, and notice has been sent to the Contractor.

(2) If mailed or transmitted by facsimile, a delivery order or task order is

considered “issued” when the Government deposits the order in the mail or

transmits by facsimile. Mailing includes transmittal by U.S. mail or private

delivery services.

(3) Orders may be issued orally only if authorized in the schedule.

(End of clause)

52.216-19 ORDER LIMITATIONS. (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of

less than $3,000 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those

supplies or services under the contract.

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

(1) Any order for a single item in excess of $150,000;

(2) Any order for a combination of items in excess of $10,000,000.00; or

(3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the

limitation in subparagraph (1) or (2) above.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the

Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from

the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the

maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10

days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and

the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

CONTRACT MINIMUM and MAXIMUM AMOUNTS

The minimum amount for all orders issued against this contract shall not be less than $3,000.00. The

maximum amount for all orders issued against this contract shall not exceed $10,000,000.

(End of clause)

52.216-22 INDEFINITE QUANTITY. (OCT 1995)

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 97 of 111

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period

stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are

not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering

clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in

the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall

order at least the quantity of supplies or services designated in the Schedule as the "minimum".

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit

on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple

destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be

completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and

Government's rights and obligations with respect to that order to the same extent as if the order were completed

during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries

under this contract after 14 June 2019.

(End of clause)

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

(a) The Government may extend the term of this contract by written notice to the Contractor before contract

expiration: provided that the Government gives the Contractor a preliminary written notice of its intent to extend at

least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option

clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not

exceed four years.

(End of clause)

52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000)

If the Government receives offers in more than one currency, the Government will evaluate offers by converting the

foreign currency to United States currency using www.oanda.com in effect as follows:

(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.

(b) For acquisitions conducted using negotiation procedures--

(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise

(2) On the date specified for receipt of proposal revisions.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 98 of 111

(End of provision)

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an

agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served

on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

Sheri Smith

DSN: 318-430-4065

COM: 011-965-2221-4065

CELL: 011-965-9722-6476

Email NIPR: [email protected]

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

with the GAO.

(End of provision)

52.233-3 PROTEST AFTER AWARD (AUG. 1996)

(a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see

FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop

performance of the work called for by this contract. The order shall be specifically identified as a stop-work order

issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take

all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period

of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either--

(1) Cancel the stop-work order; or

(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the

Government, clause of this contract.

(b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the

Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule

or contract price, or both, and the contract shall be modified, in writing, accordingly, if--

(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly

allocable to, the performance of any part of this contract; and

(2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work

stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may

receive and act upon a proposal at any time before final payment under this contract.

(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the

Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving

at the termination settlement.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 99 of 111

(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting

Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.

(e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause.

(f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a

protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or

33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such

costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the

Government may collect this debt by offsetting the amount against any payment due the Contractor under any

contract between the Contractor and the Government.

(End of clause)

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

United States law will apply to resolve any claim of breach of this contract.

(End of clause)

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

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if

they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is

cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its

quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by

paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a

solicitation provision may be accessed electronically at this/these address(es):

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

(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in

full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may

be accessed electronically at this/these address(es):

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

(End of clause)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)

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

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

(b) The use in this solicitation of any deviation (48 CFR Chapter 1) provision with an authorized deviation is

indicated by the addition of "(DEVIATION)" after the name of the regulation.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 100 of 111

(End of provision)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause

with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Service (48 CFR 1) clause with an authorized deviation is

indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 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.

Data Matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round

modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200

(ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical

Commission (IEC) 16022.

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 item unique 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.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 101 of 111

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/Normontwikkeling/Certificatieschemas-

enkeurmerken/Schemabeheer/ISOIEC-15459.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.

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.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 102 of 111

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.

Type designation means a combination of letters and numerals assigned by the Government to a major end item,

assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the

same basic name and to indicate modifications and changes thereto.

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) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the

following line items: N/A None of the items has a unit acquisition cost exceeding $5,000

(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the

Schedule or the following table:

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

Contract line, subline, or exhibit

line item No. Item description ------------------------------------------------------------------------

1. Mattress Hotel Quality Mattress 90x190x23

2. Mattress

Hotel Quality Mattress 150x200x23

3. Iron

Steam Iron

4. Microwave

White

5. Television 32inch, LCD

6. DVD Player

7. Refrigerator 5 cu ft,

8. Refrigerator 6.7 cu ft,

9. Vacuum Cleaner

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 103 of 111

10. Lamp

Desk Lamp

11. Chair

Black Leather Chair

12. TV Stand

Mahogany with 4 drawers

13. Mattress

Hotel Quality Mattress 99x203

14. Bed Frame

Oak, Twin Size Bed with 2 drawers

15. Metal Bed

Black Metal Bed, 120x190cm

16. Metal Bed

Black Metal Bed 150x200cm

17. Night Stand

Oak

18. Wardrobe

Oak, 2 door

19. TV Stand

Oak

20. Desk Oak

21. Wall Lockers Metal

22. Dishwashers

23. Stove/Range Electric

24. Washer Top Load Laundry Washer

25. Dryer Laundry dryer

26. Cipher Locks

27. Shop Vacuum

...................................

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

(If items are identified in the Schedule, insert ``See Schedule'' in this table.)

(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements,

DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ----.

(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for

preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ----.

(v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or

(iv) of this clause for which the contractor creates and marks a unique item identifier for traceability.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 104 of 111

(2) The unique item identifier assignment and its component data element combination shall not be duplicated on

any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.

(3) The unique item identifier component data elements shall be marked on an item using two dimensional data

matrix symbology that complies with ISO/IEC International Standard 16022, Information technology--

International symbology specification--Data matrix; ECC200 data matrix specification.

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

(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix

symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the

Contractor:

(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.

(5) 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 (e.g. Vehicle Identification Number); 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 MIL-

STD130, Identification Marking of U.S. Military Property, latest version;

(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with

the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and

(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine

readable and conform to the applicable standards. The contractor shall use an automatic identification technology

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 105 of 111

device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest

version.

(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 item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when

item unique identification is provided under paragraph (c)(1)(v), 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, as part of 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).

(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).**

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 106 of 111

(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.

(12) Type designation of the item as specified in the contract schedule, if any.

(13) Whether the item is an item of Special Tooling or Special Test Equipment.

(14) Whether the item is covered by a warranty.

** Once per item.

(e) For embedded subassemblies, components, and parts that require DoD item unique identification under

paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph

(c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in

this contract, the following information:

(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:

(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in

accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the

contractor is not using WAWF, follow the procedures at

http://dodprocurementtoolbox.com/site/uidregistry/.

(2) Embedded items shall be reported by one of the following methods--

(i) Use of the embedded items capability in WAWF;

(ii) Direct data submission to the IUID Registry following the procedures and formats at

http://dodprocurementtoolbox.com/site/uidregistry/; or

(iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ----, Unique Item Identifier

Report for Embedded Items, Contract Data Requirements List, DD Form 1423.

(g) Subcontracts. If the Contractor acquires by contract any items for which item unique 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)

CLAUSES INCORPORATED BY REFERENCE

252.225-7003 Report of Intended Performance Outside the United States OCT 2010

and Canada--Submission with Offer

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 107 of 111

CLAUSES INCORPORATED BY FULL TEXT

252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS

OUTSIDE THE UNITED STATES (MAR 2006)

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

outlying areas.

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

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

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

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

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

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

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

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

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

and

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

subcontractor personnel.

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

(1) A foreign government;

(2) A representative of a foreign government; or

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

(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT,

commercial phone 703-692-9832.

(End of clause)

KSCR1-6 – COMPLIANCE WITH LAWS AND REGULATIONS (AUG 2010)

(a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their

employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and

Central Command orders and directives applicable to personnel in Kuwait including but not limited to

USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions,

policies and directives.

(b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority

to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are

subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition

on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human

casualties or military security measures.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 108 of 111

(c) Contractor employees may be ordered removed from secure military installations or the theater of

operations by order of the senior military commander of the battle space for acts that disrupt good order and

discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall

immediately comply with any such order to remove its contractor employee.

(d) Contractor employees performing in the USCENTCOM Area of Responsibility (AOR) may be subject to

the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction

Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ),

and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while

performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may

be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements.

(e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or

accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under

the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or

contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court

Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement

within the AOR or administratively attached to a military command pending resolution of a criminal investigation.

(f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect

an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to

secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate

the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to

depart Kuwait without approval from the senior U.S. commander in the country.

(End of Clause)

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 109 of 111

Wide Area Work Flow (WAWF) Vendor Instructions

252.232-7006 Wide Area WorkFlow Payment Instructions.

As prescribed in 232.7004(b), use the following clause:

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that

uniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in

Wide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when

payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process

vendor payment requests and receiving reports, as authorized by DFARS 252.232-

7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(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

WebBased Training Course and use the Practice Training Site before submitting

payment requests through WAWF. Both can be accessed by selecting the “Web Based

Training” link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web

entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when

submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 110 of 111

___________________________________________________________

(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.”)

(3) Document routing. The Contractor shall use the information in the Routing Data Table

below only to fill in applicable fields in WAWF when creating payment requests and

receiving reports in the system.

Routing Data Table*

WAWF can be found at: https://wawf.eb.mil/

1. How to use WAWF

Training can be found at: http://www.wawftraining.com/ under "WAWF Vendor Getting Started Guide”. This

publication provides in-depth instructions for utilizing the WAWF system to submit your invoices electronically.

2. Required Codes for this contract are as follows:

CONTRACT NUMBER: TO BE DETERMINED

DELIVERY ORDER: TO BE DETERMINED

CAGE CODE:

PAY DODAAC: HQ0697

TYPE OF DOCUMENT:

If supply – Use Invoice and Receiving Report

combo

If service – Use 2-in-1

ISSUE BY DODAAC: W912D1

ADMIN DODAAC: W912D1

INSPECT BY DODAAC:

MARK FOR CODE:

SHIP TO CODE:

3. E-Mail Notifications

After submitting receiving reports and/or invoices, the contractor shall select the “Send More Email Notifications”

link and enter the additional e-mail addresses listed below.

Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012

Page 111 of 111

Inspector/Acceptor or

Contracting Officer

Representative (COR)

TO BE DETERMINED

Administering Contracting

Officer (if applicable)

Sheri Smith

[email protected]

DSN: 318-430-4065

Contract Specialist

Manuel Prado

[email protected]

DSN: 318-430-3973