navfac uniform contract format guide

150
UNIFORM CONTRACT FORMAT GUIDE (UCFG) NAVAL FACILITIES ENGINEERING COMMAND 200 Stovall Street Alexandria VA 22332-2300 FEBRUARY 1996

Upload: mdc2013

Post on 28-Oct-2015

391 views

Category:

Documents


2 download

DESCRIPTION

NAVFAC

TRANSCRIPT

Page 1: NAVFAC Uniform Contract Format Guide

UNIFORMCONTRACT

FORMATGUIDE(UCFG)

NAVAL FACILITIES ENGINEERING COMMAND200 Stovall Street

Alexandria VA 22332-2300

FEBRUARY 1996

Page 2: NAVFAC Uniform Contract Format Guide

FACILITY SUPPORT CONTRACT

UNIFORM CONTRACT FORMAT GUIDE (UCFG)

SEALED BID AND NEGOTIATED CONTRACTS

TABLE OF CONTENTS

P A R T I - THE SCHEDULE

Section A Solicitation, Offer, and Award Form (SF-33) ........................................... A-1

Section B Supplies or Services and Prices/Costs ....................................................... B-1

Section C Descrition/Specifications ......................................................................... C-1

Section D Packaging and Marking ........................................................................... D-1

Section E Inspection and Acceptance ...................................................................... E-1

Section F Deliveries or Performance ........................................................................ F-1

Section G Contract Administration Data .................................................................. G-1

Section H Special Contract Requirements ................................................................ H-1

P A R T I I - CONTRACT CLAUSES

Section I Contract Clauses - Sealed Bidding ............................................................ I-1

Section I Contract Clauses - Negotiated ................................................................. I-1

P A R T I I I - LIST OF DOCUMENTS, EXHIBITS,AND OTHER ATTACHMENTS

Section J Documents, Exhibits, and Other Attachments .......................................... J-1

P A R T I V - REPRESENTATIONS AND INSTRUCTIONS

Section K Representations and Certifications - Sealed Bidding ................................. K-1

Section K Representations and Certifications - Negotiated ....................................... K-1

Section L Instructions, Conditions and Notices to Bidders - Sealed Bidding ............ L-1

Section L Instructions, Conditions and Notices to Bidders - Negotiated .................. L-1

Section M Evaluation Factors for Award - Sealed Bidding ....................................... M-1

Section M Evaluation Factors for Award - Negotiated .............................................. M-1

Page 3: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N A

SOLICITATION, OFFER, AWARD FORM

Page 4: NAVFAC Uniform Contract Format Guide
Page 5: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N B

SUPPLIES OR SERVICES AND PRICES/COSTS

Page 6: NAVFAC Uniform Contract Format Guide

UNIFORM CONTRACT FORMAT GUIDE

PART I - THE SCHEDULE

SECTION B: SUPPLIES OR SERVICES AND PRICES/COSTS

TABLE OF CONTENTS

PARA PAGENO. TITLE NO.

B.1 CONTRACT LINE ITEMS AND CONTRACT SUBLINE ITEMS B-3

B.2 DAVIS-BACON WAGE DETERMINATIONS IN CONSTRUCTIONAND FACILITY SUPPORT CONTRACTS INCLUDINGCONSTRUCTION..................................... B-4

B.3 INDEFINITE QUANTITY INDIVIDUAL CONTACT LINE ITEMQUANTITIES..................................... B-4

EXAMPLES OF SCHEDULES

EXAMPLE 1 - FIRM-FIXED PRICE CONTRACT (W/O CONTRACT SUBLINE ITEMS)....... B-6

EXAMPLE 2 - FIRM-FIXED PRICE CONTRACT (WITH CONTRACT SUBLINE ITEMS)....... B-6

EXAMPLE 3 - INDEFINITE QUANTITY CONTRACT....... B-7

EXAMPLE 4 - COMBINATION FIRM-FIXED PRICE AND INDEFINITE QUANTITY CONTRACT....... B-8

EXAMPLE 5 - PREPRICED OPTIONS................... B-10

Page 7: NAVFAC Uniform Contract Format Guide

PART 1 - THE SCHEDULESECTION B: SUPPLIES OR SERVICES AND PRICE/COSTS

B.1 CONTRACT LINE ITEMS AND CONTRACT SUBLINE ITEMS

a. Bidders shall enter unit prices and amounts for contract lineitems and contract subline items as indicated in the schedules.

b. In the event there is a difference between a unit price andthe extended total amount, the unit price will be held to be theintended bid and the total of the contract line item or contractsubline item will be recomputed accordingly. The contract line itemwhich includes recomputed contract subline items will also berecomputed to take into account the change in the contract sublineitem. If the bidder provides a total amount for a contract line itemor contract subline item but fails to enter the unit price, the totalamount divided by the contract line item or contract subline itemquantity will be held to be the intended unit price.

*********************************************************************NOTE: In facility support service contracts and facility supportcombination contracts which contain firm-fixed price work, a scheduleof deductions (SOD) is required in accordance with P-68 and clause5252.246-9300 must be included in the contract. Alternatively, if thefirm-fixed portion of the contract requirements can be broken down intocontract subline items as a schedule of firm-fixed price work insufficient detail to support the calculation of deductions to thecontract price for unsatisfactory or nonperformed work, a SOD is notrequired.When an SOD is required, use ALTERNATE I of paragraph B.1c.When an SOD is not required, use ALTERNATE II of paragraph B.1c.*********************************************************************

ALTERNATE Ic. The firm-fixed price portion of the contract is supported by a

schedule of deductions in Section E. DO NOT SUBMIT THE SCHEDULE OFDEDUCTIONS UNTIL AFTER CONTRACT AWARD. The successful bidder shallcomplete the schedule of deductions and submit it to the ContractingOfficer within fifteen days after date/notice of award. The scheduleof deductions and the schedule of indefinite quantity work will be usedas the basis of deductions pursuant to "CONSEQUENCES OF CONTRACTOR'SFAILURE TO PERFORM REQUIRED SERVICES" clause, Section E.

ALTERNATE IIc. The schedule of firm-fixed price work and the schedule of

indefinite quantity work will be used as the basis of deductions inaccordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORMREQUIRED SERVICES" clause, Section E.

Page 8: NAVFAC Uniform Contract Format Guide

B.2 DAVIS-BACON WAGE DETERMINATIONS IN CONSTRUCTION AND FACILITY SUPPORT CONTRACTS INCLUDING CONSTRUCTION

*********************************************************************NOTE: A facility support service contract with construction work whoseterm, including options, is more than one year shall contain only oneDavis-Bacon wage decision which shall be in effect for the life of thecontract. No wage adjustments will be made for the option years;therefore, the offerors shall be given an opportunity to include intheir offered price for the option years any possible increases neededfor wages. Since this is a significant change from the past, thefollowing notice shall be included in all facility support servicecontracts with construction work.*********************************************************************

This contract contains only one Davis-Bacon Wage Decision whichshall be in effect for the life of the contract. The contractor mayinclude in the offered price for the option years any increase neededfor wages or benefits for construction work under the contract. Thecontractor warrants that the prices in the option years of thiscontract do not include any allowance for any contingency to coverincreased cost for which adjustment is provided under FAR clause52.217-43, Fair Labor Standards Act and Service Contract Act - PriceAdjustment. Offerors are required to segregate Davis-Bacon hours andwages and SCA hours and wages in the payroll records.

B.3 INDEFINITE QUANTITY INDIVIDUAL CONTRACT LINE ITEM QUANTITIES

The estimated line item quantities for the indefinite quantityportion of the contract may be unilaterally increased by theContracting Officer by one unit or 25%, whichever is greater, so longas the total estimated contract price is not exceeded. The Contractoris not obligated to furnish any additional quantity under a line itembeyond 125%. Any quantity greater than 125% of the original contractline item may be ordered at the bid price if the Contractor agrees bysigning the delivery order.

*********************************************************************NOTE: Examples of schedules for various kinds of contracts follow.Type the schedule directly on Optional Form 336. The numbering systemin DFARS 204.7103-2 for contract line items and contract subline itemsis to be followed. See the "Schedule of Deductions" clause, Section E,for information concerning appropriate use of a schedule of deductions.

The contract line items (CLINS) must be worded properly. Each contractsubline item is to correspond to an item in the PerformanceRequirements Summary (PRS). Development of the PRS before thePerformance Work Statement (PWS) helps organize the structure of thePWS and coordinates the location of information found in Sections B, C,and J. It also provides an overall snapshot of the work required bythe contractor. All of the PWS (Sections B, C, and J) should addressthe work to be done in the same order and in a logical sequence. Thisprovides reference to all the technical information in the contract

Page 9: NAVFAC Uniform Contract Format Guide

quickly and efficiently. Explanations about the PRS are contained inSection C and tables in Section J.

The contractor should be referred to the PRS contained in Section Jwhen preparing the schedule of deductions. The value of the work, forany deduction taken in conjunction with the "Consequences Failure toPerform Required Services" clause contained in Section E, is directlyrelated to the weight assigned to each individual work requirementidentified under each contract requirement*********************************************************************

Page 10: NAVFAC Uniform Contract Format Guide

LEGEND

AO - ANNUAL OCCURRENCE (ONCE EACH YEAR)CH - CRAFT HOUREA - EACHMO - MONTHLYQO - QUARTERLY (ONCE EVERY 3 MONTHS)SO - SEMIANNUAL OCCURRENCE (ONCE EVERY 6 MONTHS)SY - SQUARE YARD

EXAMPLE 1 FIRM-FIXED PRICE CONTRACT (W/O CONTRACT SUBLINE ITEMS)

SCHEDULE OF FIRM-FIXED PRICE WORK________________Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount

0001 FIRM FIXED-PRICE WORK Price to perform firm fixed-price work in accordance with allthe terms of this contract. The Firm Fixed-Price worksubject to Service Contract Act Wage Determination rate.

PRICE - CONTRACT LINE ITEM 0001 Mo. $ $

EXAMPLE 2 FIRM-FIXED PRICE CONTRACT (WITH CONTRACT SUBLINE ITEMS)

SCHEDULE OF FIRM-FIXED PRICE WORK Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount______

0001 FIRM-FIXED PRICE WORK:Price to perform work, including all labor, materials, equipment,supervision, in accordance with all the terms of this contract. Thecontract price is the sum of contract subline Items 0001AA through0001AB. The Firm-Fixed Price work subject to the Service Contract ActWage Determination rate only.

0001AA Mo. $ $ (PRS Item No. )

0001AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all contact subline Items from 0001AA through 0001ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 $ (Contract subline items 0001AA through 0001AB)

Page 11: NAVFAC Uniform Contract Format Guide

EXAMPLE 3 INDEFINITE DELIVERY CONTRACT

SCHEDULE OF INDEFINITE DELIVERY WORK Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount

SCHEDULE OF INDEFINITE QUANTITY WORK:Price to perform work in accordance with all the terms of thiscontract. The contract price is the sum of Contract Line Items 0001through 0003.

0001 Mo. $ $ (PRS Item No. )

0002 Mo. $ $ (PRS Item No. )

0003 Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract line items from 0001 through 9999.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 $ _(Contract Line Items 0001 through 0003)

********************************************************************************NOTICE TO BIDDERS: Refer to "REQUIREMENTS (OCT 1995) (FAR 52.216-21)", "ORDERING(OCT 1995) (FAR 52.216-18)", and "ORDER LIMITATIONS (OCT 1995) (FAR 52.216-19)"clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC5252.216.9306)" clause in Section G. ******************************************************************************

****************************************************************************** NOTICE TO BIDDERS: REFER TO "INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22)","ORDERING (OCT 1995) (FAR 52.216-18)", and "ORDER LIMITATIONS (OCT 1995) (FAR52.216-19)" clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC5252.216.9306)" clause in Section G; and, "MINIMUM AND MAXIMUM QUANTITIES (NAVFAC)(JUN 1994) (FAC 5252.216-9312)" clause in Section H.******************************************************************************

******************************************************************************NOTE: Use the appropriate "NOTICE TO BIDDERS" based on the type of IndefiniteDelivery contract. If you are using a "requirements" type contract or an"Indefinite Quantity" type contract, the "Quantity" column should be labeled"Estimated Quantity". ******************************************************************************

Page 12: NAVFAC Uniform Contract Format Guide

EXAMPLE 4 COMBINATION FIRM-FIXED PRICE AND INDEFINITE QUANTITY CONTRACT

SCHEDULE OF FIRM-FIXED PRICE WORK Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount 0001 FIRM-FIXED PRICE WORK:

Price to perform work, including all labor, materials,equipment, supervision, in accordance with all the terms ofthis contract. The contract price is the sum of contractsubline Items 0001AA through 0001AD.

0001AA Mo. $ $ (PRS Item No. )

0001AB Mo. $ $ (PRS Item No. )

0001AC Mo. $ $ (PRS Item No. )

0001AD Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract subline Items from 0001AA through 0001ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 $ (Contract subline items 0001AA through 0001AD)

SCHEDULE OF INDEFINITE QUANTITY WORK - SUBJECT TO SERVICE CONTRACT ACT WAGES___Item Estimated Unit TotalNo. Supplies/Services Quantity Unit Price Amount____

0002 INDEFINITE QUANTITY WORK:Price to perform indefinite quantity work in the base period accordance with all the terms of this contract. The price of Contract Line Item 0002 is the sum of contract subline Items 0002AA through 0002AB. This work is subject to SCA wage determinations.

0002AA SY $ $ _(PRS Item No. )

0002AB HR $ $ (PRS Item No. )

(Continue this pattern for all line items from 0002AA through 0002ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0002 $ (Contract Line Items 0002AA through 0002AB)

Page 13: NAVFAC Uniform Contract Format Guide

SCHEDULE OF INDEFINITE QUANTITY WORK - SUBJECT TO DAVIS BACON ACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount__

0003 INDEFINITE QUANTITY WORK:Price to perform indefinite quantity work in the base period inaccordance with all the terms of this contract. The price of ContractLine Item 0003 is the sum of contract subline Items 0003AA through0003ZZ. This work subject to DBA wage determinations.

0003AA MO. $ $ (PRS Item No. )

0003AB HR. $ $ _ (PRS Item No. )

(Continue this pattern for all contract line items from 0003AA through 0003ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0003 $ (Contract Line Items 0003AA through 0003AC)

******************************************************************************NOTICE TO BIDDERS: REFER TO "COMBINATION FIRM-FIXED PRICE/INDEFINITE QUANTITYCONTRACT (JUN 1994) (FAC 5252.216-9310)" clause in Section I; "PROCEDURES FORISSUING ORDERS (JUN 1994) (FAC 5252.216-9306)" clause in Section G; and "MAXIMUMQUANTITIES (JUN 1994) (FAC 5252.216-9313)" clause in Section H.******************************************************************************

******************************************************************************NOTE: If the INDEFINITE QUANTITY (IQ) work includes work subject to Davis-BaconAct (DBA) requirements and Service Contract Act (SCA), annotate each subline itemsubject to DBA/SCA or group together line items subject to DBA and those subjectto SCA together and identify as shown.******************************************************************************

******************************************************************************NOTE: Ensure options for additional quantities and components have a separateCLIN from the basic requirements, even if the option is for additional quantitiesof the same item at the same unit price as the basic requirement in accordancewith NAVFAC policy letter "Contract Standardization and Process Improvement datedJUL 1994.******************************************************************************

Page 14: NAVFAC Uniform Contract Format Guide

******************************************************************************NOTE: Numbering for separately pre-priced options should follow the proceduresidentified in the previous examples with minor variations. Each schedule mustidentify the period in which the work is to be performed.******************************************************************************

EXAMPLE 5 PREPRICED OPTIONS

SCHEDULE OF FIRM-FIXED PRICE WORK Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount 0001 FIRM-FIXED PRICE WORK: BASE PERIOD

Price to perform work, including all labor, materials, equipment,supervision, in accordance with all the terms of this contract. The contractprice is the sum of contract subline Items 0001AA through 0001AC.0001AA Mo. $ $

(PRS Item No. )

0001AB Mo. $ $ (PRS Item No. )

0001AC Mo. $ $ (PRS Item No. )

(Continue this pattern for all subline Items from 0001AA through 0001ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 $ (Contract subline items 0001AA through 0001AC)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT ACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount___0002 INDEFINITE QUANTITY WORK: BASE PERIOD

Price to perform work in accordance with all the terms of thiscontract. The contract price is the sum of contract subline Items0002AA through 0002AB. This work subject to SCA wage determinations.

0002AA Mo. $ $ (PRS Item No. )

0002AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract line items from 0002AA through 0002ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0002 $ (Contract Line Items 0002AA through 0002AB)

Page 15: NAVFAC Uniform Contract Format Guide

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount__

0003 INDEFINITE QUANTITY WORK: BASE PERIODPrice to perform work in accordance with all the terms of thiscontract. The contract price is the sum of contract subline Items0003AA through 0003AB. This work subject to DBA wage determinations.

0003AA Mo. $ $ (PRS Item No. )

0003AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract line items from 0003AA through 0003ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0003 $ (Contract Line Items 0003AA through 0003AB)

SCHEDULE OF FIRM-FIXED PRICE WORK ____Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount __0004 FIRM-FIXED PRICE WORK: FIRST OPTION PERIOD

Price to perform work, including all labor, materials, equipment,supervision, in accordance with all the terms of this contract. The contractprice is the sum of contract subline Items 0004AA through 0004AC.

0004AA Mo. $ $ (PRS Item No. )

0004AB Mo. $ $ (PRS Item No. )

0004AC Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract subline Items from 0004AA through 0004ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0004 $ (Contract subline items 0004AA through 0004AC)

Page 16: NAVFAC Uniform Contract Format Guide

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount_

0005 INDEFINITE QUANTITY WORK: FIRST OPTION PERIODPrice to perform work in accordance with all the terms of thiscontract. The contract price is the sum of contract subline Items0005AA through 0005AB. This work subject to SCA wage determinations.

0005AA Mo. $ $ (PRS Item No. )

0005AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract line items from 0005AA through 0005ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0005 $ (Contract Line Items 0005AA through 0005AB)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount__

0006 INDEFINITE QUANTITY WORK: FIRST OPTION PERIODPrice to perform work in accordance with all the terms of thiscontract. The contract price is the sum of contract subline items0006AA through 0006AB. This work subject to DBA wage determinations.

0006AA Mo. $ $ (PRS Item No. )

0006AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract line items from 0006AA through 0006ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0006 $ (Contract Line Items 0006AA through 0006AB)

Page 17: NAVFAC Uniform Contract Format Guide

SCHEDULE OF FIRM-FIXED PRICE WORK ____Item Unit TotalNo. Supplies/Services Quantity Unit Price Amount 0007 FIRM-FIXED PRICE WORK: SECOND OPTION PERIOD

Price to perform work, including all labor, materials,equipment, supervision, in accordance with all the terms ofthis contract. The contract price is the sum of contractsubline Items 0007AA through 0007AC.

0007AA Mo. $ $ (PRS Item No. )

0007AB Mo. $ $ (PRS Item No. )

0007AC Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract subline Items from 0007AA through 0007ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0007 $ (Contract subline items 0007AA through 0007AD)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT ACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount___

0008 INDEFINITE QUANTITY WORK: SECOND OPTION PERIODPrice to perform work in accordance with all the terms of thiscontract. The contract price is the sum of contract subline Items0008AA through 0008AB. This work subject to SCA wage determinations.

0008AA Mo. $ $ (PRS Item No. )

0008AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all contract line items from 0008AA through 0008ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0008 $ (Contract Line Items 0008AA through 0008AB)

Page 18: NAVFAC Uniform Contract Format Guide

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES Item Estimated Unit Total

No. Supplies/Services Quantity Unit Price Amount_

0009 INDEFINITE QUANTITY WORK: SECOND OPTION PERIODPrice to perform work in accordance with all the terms of thiscontract. The contract price is the sum of contract subline Items0009AA through 0009AB. This work subject to DBA wage determinations.

0009AA Mo. $ $ (PRS Item No. )

0009AB Mo. $ $ (PRS Item No. )

(Continue this pattern for all line items from 0009AA through 0009ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0009 $ (Contract Line Items 0009AA through 0009AB)

********************************************************************************NOTICE TO BIDDERS: REFER TO "COMBINATION FIRM-FIXED PRICE/INDEFINITE QUANTITYCONTRACT (JUN 1994) (FAC 5252.216-9310)", "ORDERING (OCT 1995)(FAR 52.216-18)","ORDER LIMITATIONS (APR 1984) (FAR 52.216-19)" clauses in Section I; "PROCEDURESFOR ISSUING ORDERS (JUN 1994) (FAC 5252.216-9306)" clause in Section G; “OPTION TOEXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)(FAC 5252.217-9301)" clause inSection I; "MAXIMUM QUANTITIES (JUN 1994) (FAC 5252.216-9313)" clause in SectionH; and "EVALUATION OF OPTIONS(JUL 1990) (FAR 52.217-5)" provision in Section M.********************************************************************************

Page 19: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N C

DESCRIPTION/SPECIFICATIONS

Page 20: NAVFAC Uniform Contract Format Guide

PART I - THE SCHEDULE

SECTION C: DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

TABLE OF CONTENTS

PARA PAGE NO. TITLE NO.

C.1 GENERAL REQUIREMENTS.................................. C- 3 Regular Working Hours............................. C- 3

C.2 DEFINITIONS - TECHNICAL .............................. C- 4C.3 GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES. C- 6C.4 CONTRACTOR FURNISHED ITEMS ........................... C- 7C.5 TECHNICAL REQUIREMENT................................. C- 7C.6 TECHNICAL REQUIREMENT................................. C- 8C.7 TECHNICAL REQUIREMENT................................. C- 8C.8 GENERAL ADMINISTRATIVE REQUIREMENTS................... C- 8

Directives........................................ C- 8 Submittals........................................ C- 8 Station Regulations............................... C- 9 Fire Protection................................... C- 9 Environmental Protection.......................... C- 9 Disposal.......................................... C-10 Safety Requirements and Reports................... C-10 Passes and Badges................................. C-10 Identification of Contractor Employees............ C-11 Identification of Contractor Vehicles............. C-11 Permits........................................... C-11 Combined Contractor Production Report and Contractor Quality Control Report................ C-12 Insurance......................................... C-12

Page 21: NAVFAC Uniform Contract Format Guide

SECTION C: DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

*******************************************************************NOTE TO SPECIFICATION WRITER: This section is provided only toillustrate a suggested general format for the technicalspecifications, Section C. NAVFAC Guide Performance Work Statements(GPWSs) are available that provide detailed example specificationsfor a number of technical/functional areas, such as custodial,grounds maintenance, and pest control services. Copies of GPWSs maybe obtained from each of the NAVFAC Engineering Field Divisions.

Note that a number of paragraphs included in Section C were formallyincluded in other Sections of the NAVFAC Uniform Contract FormatGuide*******************************************************************

*******************************************************************NOTE TO SPECIFICATION WRITER: The GENERAL REQUIREMENTS paragraphdefines the overall scope of the contract. It should be carefullywritten so that if additional work is required, the contract can bemodified by an in-scope modification.*******************************************************************

C.1 GENERAL REQUIREMENTS

(1) The Contractor shall furnish all labor, management,supervision, tools, materials, equipment, incidental engineering, andtransportation necessary to maintain and repair family housing unitsand associated utility systems, household equipment, appliances, landareas, and other related real property and facilities in accordancewith the contract requirements. Attachment J-C describes thefacilities to be maintained in this contract.

(2) The Contractor shall provide services for the followingfunctions: (ex)

PARAGRAPH FUNCTION C7 Service call work C8 Preventive maintenance of equipment C9 Change of occupancy maintenance a. Regular Working Hours. The Government's regular (normal)

working hours are from 0730 to 1630 Mondays through Fridays except(a) federal holidays and (b) other days specifically designated bythe Contracting Officer.

(1) Federal Holidays. New Year's Day, Martin LutherKind, Jr. Day, Presidents Day, Memorial Day, Labor Day, Columbus Day,Veterans Day, Thanksgiving Day, and Christmas Day.

Page 22: NAVFAC Uniform Contract Format Guide

C.2 DEFINITIONS - TECHNICAL

*******************************************************************NOTE TO SPECIFICATION WRITER: The DEFINITIONS-TECHNICAL paragraphcontains definitions associated with Section C. Definitions shouldbe inserted in alphabetical order. Avoid using acronyms, terms, ortitles in Section C which are not identified and defined in thisparagraph. Definitions provided herein are not all inclusive andother definitions may be included. Additional definitions can befound in the "DEFINITIONS" clause in Section I.*******************************************************************

1. Alteration. The work required to adjust interior arrangements,on-base locations, or other physical characteristics of an existingreal property facility so that it may be more effectively adapted toor utilized for its designated purpose; categorized as construction.

2. Construction. The erection, installation or assembly of a newreal property facility; the addition, expansion, extension,alteration, conversion or replacement of an existing real propertyfacility; or the relocation of a real property facility; includingdemolition of facility(ies) to be replaced, supporting utilities,roads, parking lot, equipment installed in and made a part of suchfacilities, related site preparation, excavation, filling andlandscaping, or other land improvements.

3. Construction Equipment. All mechanical equipment used in theconstruction, alteration or repair of buildings, bridges, roads orother kinds of real property and includes, but is not limited to,road rollers, wheel mounted backhoes and loaders, hydraulicexcavators, trenchers, plows, street sweepers and brooms, dumptrucks, equipment hauling trailers, line striping equipment, brushchippers, portable pumps, air compressors and welders, and mobileweight handling equipment (cranes).

4. Contractor. The term Contractor refers to both the primeContractor and subcontractors. The prime Contractor shall ensurethat his/her subcontractors comply with the provisions of thiscontract.

5. Contract Discrepancy Report (CDR). A report, sent by theGovernment to the Contractor which the contractor is required tocomplete when performance is unsatisfactory. The CDR requires theContractor to explain to the Contracting Officer, in writing within10 calendar days, why performance is unsatisfactory, how performanceshall be returned to satisfactory levels, and how recurrence of theproblem shall be prevented in the future.

6. Contractor Representative. A person(s) designated by theContractor to be his/her authorized representative. One such personshall serve as the Government's principal point of contact.

Page 23: NAVFAC Uniform Contract Format Guide

7. Davis-Bacon Act (DBA) Work. All individual maintenance andrepair jobs equal to or exceeding 32 work hours; all painting workequal to or exceeding 200 square feet in area, change of occupancywork within housing maintenance, boiler overhauls, and individualmaintenance and repair jobs in combination with construction andalteration work or with painting equal to or exceeding 200 squarefeet.

8. Engineered Performance Standards (EPS). A job estimating systemdeveloped for the Department of Defense. EPS is the average timenecessary for a qualified craftsman working at a normal pace,following acceptable trade methods, receiving capable supervision,and experiencing normal delays to perform defined amounts of work ofa specified quality. EPS handbooks are available in electronicformat from Naval Facilities Engineering Command Engineering FieldDivisions. Attachment J-E contains a list of available EPShandbooks.

9. Facilities. Industrial property for production, maintenance,research, development, or testing, including real property andrights, therein, buildings, structures, improvements, and built-inequipment.

10. Frequency of Service. Unless otherwise noted, servicesdesignated with the following frequencies shall be performed atintervals specified:

a. Annual (A). Services performed once during each 12 monthperiod of the contract at intervals of 335 to 395 days.

b. Semi-Annual (SA). Services performed twice during each 12month period of the contract at intervals of 160 to 200 calendardays.

c. Biennial (BA). Services performed once every 2 years on adate or during the month specified.

d. Quarterly (Q). Services performed 4 times during each 12month period of the contract at intervals of 80 to 100 calendar days.

e. Monthly (M). Services performed 12 times during each 12month period of the contract at intervals of 28 to 31 calendar days.

f. Bimonthly (BM). Services performed 6 times during each 12month period of the contract at intervals of 58 to 63 days.

g. Weekly (W). Services performed 52 times during each 12month period of the contract at intervals of 6 to 8 days.

h. Biweekly (BW). Services performed 26 times during each 12month period of the contract at intervals of 13 to 15 days.

Page 24: NAVFAC Uniform Contract Format Guide

i. Daily (D). Services performed 261 times during each 12month period of the contract, once each day, Monday through Friday,including holidays unless otherwise noted.

11. Maintenance. Recurring, day-to-day, periodic or scheduled workrequired to preserve or restore a real property facility to such acondition that it may be effectively utilized for its designatedpurpose; work undertaken to prevent damage to a facility thatotherwise would be more costly to restore.

12. Performance Requirements Summary (PRS). A tabular summary ofcontract requirements itemized by work requirements (tasks), weight,standards of performance, and MADR which is used by the Government toassess monthly Contractor performance and is the primary basis fordeducting for partially performed, unsatisfactorily performed andnon-performed work. See attachment J.

13. Quality Assurance (QA) Program. A program implemented by theGovernment to evaluate the output quality and responsiveness of theContractor to ensure that the Government receives the services forwhich public funds are expended. It is emphasized that thegovernment's quality assurance program is not a substitute for thequality control program implemented and administered by theContractor.

14. Quality Assurance Evaluator (QAE). The Government employeedesignated by the Contracting Officer to be responsible for themonitoring of Contractor performance.

C.3 GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES

*********************************************************************NOTE TO SPECIFICATION WRITER: Government furnished property mayinclude real property or personal property. The specification writermust clearly identify Government furnished facilities, equipment, andmaterial, if any, and provide detailed listings in Section J. Ensurethat NAVFAC clause 5252.245-9300 in Section I is properly completed.*********************************************************************

C.3.1 GeneralIn accordance with NAVFAC 5252.245-9300, "GOVERNMENT FURNISHEDPROPERTY, MATERIALS AND SERVICES (DEC 94)" clause, Section I, theGovernment will furnish or make available to the Contractor certainGovernment owned facilities, equipment, materials, and utilities foruse in connection with this contract.

a. Government Furnished Facilities. The Government willfurnish or make available to the Contractor the facilities describedin Attachment J-C .

b. Government Furnished Equipment. The Government willfurnish or make available to the Contractor the tools and equipmentlisted in Attachment J-C .

Page 25: NAVFAC Uniform Contract Format Guide

c. Government Furnished Material. The Government willfurnish or make available the material described in Attachment J-C to the Contractor.

d. Availability of Utilities. The Government will furnishutility services as specified in NAVFAC 5252.245-9300, "GOVERNMENTFURNISHED PROPERTY, MATERIALS AND SERVICES (DEC 94) clause, SectionI.

C.4 CONTRACTOR FURNISHED ITEMS

C.4.1 General

Except for items listed in paragraph C3.1, the Contractor shallprovide all facilities, equipment, materials, and services to performthe requirements of this contract.

a. Materials. The Contractor shall provide new or factoryreconditioned parts and components when providing maintenance andrepair services as described herein. All replacement units, parts,components and materials to be used in the maintenance, repair, andalteration of facilities and equipment shall be compatible with thatexisting equipment on which it is to be used; shall be of equal orbetter quality than original equipment specifications; shall complywith applicable Government, commercial, or industrial standards suchas National Board of Underwriters or Underwriters' Laboratories,Inc., National Board of Fire Underwriters, National ElectricalManufacturer's Association, American Society of Mechanical Engineers,etc; shall conform to the applicable specifications listed inAttachment J-C and the technical specifications, Section C; andused in accordance with original design and manufacturer intent. Items not listed in Attachment J-C or technical specificationsshall be of acceptable industrial grade and quality. If the originalmanufacturer has updated the quality of parts for current production,parts supplied under this contract shall equal or exceed the updatedquality.

C.5 TECHNICAL REQUIREMENT

*********************************************************************NOTE TO SPECIFICATION WRITER: Include general and specific technicalrequirements for each of the services included in the contract, suchas "REQUIREMENTS FOR SERVICE CALL WORK", "GRASS CUTTING", etc. Examples of technical requirements may be found in the NAVFAC GPWSsfor a number of different functional areas. The following format maybe used in organizing each technical functional requirement.*********************************************************************

C.5.1 GENERAL REQUIREMENTS

C.5.2 DEFINITIONS

Page 26: NAVFAC Uniform Contract Format Guide

C.5.3 GOVERNMENT FURNISHED ITEMS

C.5.4 CONTRACTOR FURNISHED ITEMS

C.5.5 FIXED PRICE WORK

C.5.6 INDEFINITE QUANTITY WORKC.5.7 RECORDS AND REPORTS

C.6 TECHNICAL REQUIREMENT.

C.7 TECHNICAL REQUIREMENT.

C.8 GENERAL ADMINISTRATIVE REQUIREMENTS.

*********************************************************************NOTE TO SPECIFICATION WRITER: The following includes miscellaneousadministrative requirements that should be included in all NAVFACfacilities support service contracts. Additional administrativerequirements may be added if necessary.*********************************************************************

C.8.1 Directives

Applicable Department of Defense (DOD), Secretary of the Navy(SECNAV), Chief of Naval Operations (OPNAV), and other directives,instructions, and regulations are listed in Attachment J-C .

C.8.2 Submittals.

(1) The Contractor shall submit certificates ofcompliance, manufacturer's descriptive data, and product samples forthose items specified in paragraph 2 of Attachment J-C . Suchsubmittals shall be made to the Contracting Officer within 15calendar days after award of the contract.

(2) Certificates of compliance shall be obtained frommaterial manufacturers attesting that materials meet the requirementsspecified in Attachment J-C .

(3) Manufacturer's descriptive data shall include thename of the manufacturer, model number or other identifyinginformation, catalog cut, and other identifying data and informationdescribing the performance, capacity, rating, andapplication/installation instructions which clearly illustrate thatthe proposed item meets the applicable standards specified inAttachment J-C .

(4) Product samples shall include a sufficient quantityof material to allow for complete analysis and evaluation by theGovernment.

Page 27: NAVFAC Uniform Contract Format Guide

C.8.3 Station Regulations

a. The Contractor and his employees shall become acquaintedwith and obey all Government regulations as posted, or as requestedby the Contracting Officer. See Attachment J-C .

b. The Contractor shall participate actively in the activityenergy conservation program. The Contractor shall comply with thebase energy conservation program and shall become familiar with(Insert activity Energy Conservation Instruction Number). TheContractor superintendent shall represent the Contractor's interestsat all meetings of the activity's Energy Conservation and ResourceManagement Committee. Use of high energy consuming tools orequipment shall be approved by the Contracting Officer. SeeAttachment J-C of this section.

C.8.4 Fire Protection

*********************************************************************NOTE: Notify the Contractor he must comply with activity FireProtection instructions. Provide instruction or procedure number andinclude as Attachment J-C .*********************************************************************

The Contractor and his employees shall know where fire alarms arelocated and how to turn them on. The Contractor shall handle ansstore all combustivle supplies, materials, waste and trash in amanner that prevents fire or hazards to persons, facilities, andmaterials. Contractor employees operating critical equipment shallbe trained to properly respond durng a fire alarm or fire peractivity insturction number (insert instruction number), included asAttachment J-C- .

C.8.5 Environmental Protection

The Contractor shall comply with all applicable federal, state, andlocal laws, and with the regulations and standards listed inAttachment J-C . All environmental protection matters shall becoordinated with the Contracting Officer. Inspection of any of thefacilities operated by the Contractor may be accomplished by theActivity Environmental Protection Coordinator, or authorizedofficials on a no-notice basis during normal working hours. In theevent that a regulatory agency assesses a monetary fine against theGovernment for violations caused by Contractor negligence, theContractor shall reimburse the Government for the amount of that fineand other costs. The Contractor shall also clean up any oil spillswhich result from the Contractor's operations. The Contractor shallcomply with the instructions of the cognizant Navy Medical Departmentwith respect to avoidance of conditions which create a nuisance orwhich may be hazardous to the health of military or civilianpersonnel.

Page 28: NAVFAC Uniform Contract Format Guide

C.8.6 Disposal

Debris, rubbish and nonusable material resulting from the work underthis contract may be disposed of on Government property at (Indicatelocation) at the direction of the Contracting Officer or offGovernment property at the option of the Contractor. In either case,the Contractor must dispose of all hazardous waste in accordance withthe Resource Conservation and Recovery Act and its associated stateand local regulations.

C.8.7 Safety Requirements and Reports

b. Prior to commencing work, the Contractor shall meet inconference with the Contracting Officer to discuss and develop mutualunderstandings relative to administration of the Safety Program.

c. The Contractor's work space may be inspected periodicallyfor OSHA and Navy violations. Abatement of violations will be theresponsibility of the Contractor and/or the Government as determinedby the Contracting Officer. The Contractor shall provide assistanceto the Safety Office escort and the federal or state OSHA inspectorif a complaint is filed. Any fines levied on the Contractor byfederal or state OSHA offices due to safety/health violations shallbe paid promptly.

d. The Contractor shall report to the Contracting Officer inthe manner and on the forms prescribed in Attachment J-C exposuredata and all accidents resulting in death, trauma, or occupationaldisease. All accidents must be reported to the Contracting Officerwithin 24 hours of their occurrence.

e. The Contractor shall submit to the Contracting Officer afull report of damage to Government property and/or equipment bycontractor employees. All damage reports shall be submitted to theContracting Officer within 24 hours of the occurrence.

f. Only emergency medical care is available in Governmentfacilities to Contractor employees who suffer on-the-job injury ordisease. Care will be rendered at the rates in effect at the time oftreatment. Reimbursement shall be made by the Contractor to theNaval Regional Medical Center Collection Agent upon receipt ofstatement.

C.8.8 Passes and Badges

All Contractor employees shall obtain the required employee andvehicle passes. The Contractor shall, prior to the start of thecontract, submit to the Contracting Officer an estimate of the numberof personnel expected to be utilized at any one time on the contract.The Government will issue badges without charge. Each employee shallwear the Government issued badge over the front of the outerclothing. When an employee leaves the Contractor's service, the

Page 29: NAVFAC Uniform Contract Format Guide

employee's pass and badge shall be returned within !NUMBER OF DAYS!.Passes and badges issued to Contractor employees shall not negate therequirement for employee identification required in the"IDENTIFICATION OF CONTRACTOR EMPLOYEES" paragraph.

C.8.9 Identification of Contractor Employees

a. The Contractor shall provide to the Contracting Officerthe name or names of the responsible supervisory person or personsauthorized to act for the contractor.

b. The Contractor shall furnish sufficient personnel toperform all work specified within the contract.

c. Contractor employees shall conduct themselves in a proper,efficient, courteous and businesslike manner.

d. The Contractor shall remove from the site any individualwhose continued employment is deemed by the Contracting Officer to becontrary to the public interest or inconsistent with the bestinterests of National Security.

e. No employee or representative of the Contractor will beadmitted to the site of work unless he furnishes satisfactory proofthat he is a citizen of the United States, or, if an alien, hisresidence within the United States is legal.

f. All contractor/subcontractor employees working under thiscontract shall be identified by a distinctive name plate, emblem, orpatch attached in a prominent place on an outer garment. Employeeidentification shall not be substituted for station required passesor badges.

C.8.10 Identification of Contractor Vehicles

The company name shall be displayed on each of the Contractor'svehicles in a manner and size that is clearly visible. All vehiclesshall display a valid state license plate and safety inspectionsticker, if applicable, and shall be maintained in good repair.

C.8.11 Permits

The Contractor shall, without additional expense to the Government,obtain all appointments, licenses, and permits required for theprosecution of the work. The Contractor shall comply with allapplicable federal, state, and local laws. Evidence of such permitsand licenses shall be provided to the Contracting Officer before workcommences.

Page 30: NAVFAC Uniform Contract Format Guide

C.8.12 Combined Contractor Production Report and Contractor Quality Control Report

The Contractor shall complete and submit a Combined ContractorProduction Report and Contractor Quality Control Report Form NAVFAC01400-1 (3/92) to the Contracting Officer on a daily basis coveringall work to which Davis-Bacon wage rates apply. See Attachment J-C .

C.8.13 Insurance.

*********************************************************************NOTE: INSURANCE. The insurance amounts shown cannot be decreased. The amounts can be increased with prior written approval of the LevelIII Contract Officer depending on specific functional considerations.Insurance levels are based on local prevailing insurance rates andare generally increased for Motor Vehicle Operations contracts likeBus and Taxi service.*********************************************************************

*********************************************************************NOTE: INSURANCE REQUIREMENTS FOR OVERSEAS CONTRACTS. Insurance isnot mandatory on overseas contracts. If included, the types anddollar amounts can be altered to suit the local country requirements.The time period for notification to the U. S. Government by theinsurance firm can be less than 30 days, dependent on local laws ofthe country.*********************************************************************

a. Within fifteen (15) days after award of this contract, theContractor shall furnish the Contracting Officer a certificate ofinsurance as evidence of the existence of the following insurancecoverage in amounts not less than the amounts specified below inaccordance with the FAR 52.228-05, “INSURANCE - WORK ON A GOVERNMENTINSTALLATION (SEP 1989)” clause, Section I. This insurance must bemaintained during the entire performance period.

COVERAGE

Comprehensive General Liability: $500,000.

Automobile Liability: $200,000 per person; $500,000 per occurrence for bodily injury; $20,000 per occurrence for property damage.

Workmen’s Compensation: As required by Federal and State workers’ compensation and occupational disease statutes.

Employer’s Liability Coverage: $100,000, except in stateswhere workers’ compensation may not be written by private carriers.

Other as required by state law.

Page 31: NAVFAC Uniform Contract Format Guide

b. Above insurance coverage’s are to extend to Contractorpersonnel operating Government owned equipment and vehicles.

c. The Certificate of Insurance shall provide for thirty dayswritten notice to the Contracting Officer by the insurance companyprior to cancellation or material change in policy coverage. Otherrequirements and information are contained in the aforementioned“Insurance” clause.

Page 32: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N D

PACKAGING AND MARKING

Page 33: NAVFAC Uniform Contract Format Guide

PART I - THE SCHEDULE

SECTION D: PACKAGING AND MARKING

NOT APPLICABLE

Page 34: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N E

INSPECTION AND ACCEPTANCE

Page 35: NAVFAC Uniform Contract Format Guide

PART I - THE SCHEDULE

SECTION E: INSPECTION AND ACCEPTANCE

TABLE OF CONTENTS

PARA CLAUSE PAGE NO. NO. TITLE NO.

E.l N/A ACCEPTANCE ............................. E-3

E.2 5252.216-9315 AWARD FEE (NOV 1994).................... E-3

E.3 5252.223-9300 INSPECTION BY REGULATORY AGENCIES(JUN 1994).............................. E-8

E.4 52.246-4 INSPECTION OF SERVICES-FIXED PRICE(FEB 1992) ............................. E-8

E.5 5252.246-9300 SCHEDULE OF DEDUCTIONS (JUN 1994) .......E-10

SAMPLE SCHEDULE OF DEDUCTIONS FORM ......E-11

E.6 5252.246-9303 CONSEQUENCES OF CONTRACTOR'S FAILURETO PERFORM REQUIRED SERVICES(MAR 1996)...............................E-12

E.7 5252.246-9304 ESTIMATING THE PRICE OF NONPERFORMED ORUNSATISFACTORY WORK (JUN 1994) ..........E-14

E.8 N/A CONTRACTOR QUALITY CONTROL...............E-15

E.9 N/A GOVERNMENT QUALITY ASSURANCE.............E-16

E.10 N/A PERFORMANCE EVALUATION MEETINGS..........E-16

Page 36: NAVFAC Uniform Contract Format Guide

SECTION E: INSPECTION AND ACCEPTANCE

E.l ACCEPTANCE

************************************************************************NOTE: Include the following paragraph in facility support servicecontracts and combination service and construction contracts.************************************************************************

The performance and quality of work delivered by thecontractor, including services rendered and any documentation or writtenmaterial compiled shall be subject to inspection, review, and acceptanceby the Government.

E.2 FAC 5252.216-9315, AWARD FEE (NOV 1994)

************************************************************************NOTE: Insert the following clause in solicitation and contracts when afixed-price award fee contract for services is contemplated. The clauseis to be tailored to each solicitation. For example, evaluation periodsfor mobilization/demobilization may be shorter in length than theevaluation periods during the contract. Subsequently, the amount ofaward fee for mobilization/demobilization will also differ.************************************************************************

a. Determination of Award Fee. An Award Fee Evaluation procedure ishereby established for determination of award fee payable under thiscontract. The payment of any award fee is contingent upon compliancewith contractual requirements and performance above the satisfactorylevel (numerical rating of 80 points or above) in each of the individualcriteria set forth in the contract. It is the Government's intent thatthe contractor perform the required services in such a manner as towarrant the highest possible rating and award fee. The contractor'sfailure to maintain acceptable levels of performance in all areas ofthis contract, whether specified or not, will result in no award feebeing issued. Award fee determinations will be made by the FeeDetermination Official. Each determination cover the precedingevaluation period. The award fee determination is not subject to the"Disputes" clause of this contract. Any amount not awarded in oneevaluation period will not be carried over to the next evaluationperiod.

b. Procedures. The total amount of award fee that can be earned fora twelve month period is $ . The amount of award fee that maybe earned for each evaluation period is $ .

c. Procedures.

Page 37: NAVFAC Uniform Contract Format Guide

(1) Performance Evaluation Board. A performance evaluation board(PEB) composed of selected technical and administrative personnel fromthe (Activity) will evaluate the contractor's performance as related tothe criteria listed herein. The PEB will make specific performanceevaluations each month. Within (# of days) following the end of eachevaluation period, the PEB will submit a formal evaluation report to theFee Determination Official (FDO). The PEB report will include arecommendation as to the numerical grade rating supported by a narrativeof each element evaluated. A copy of the PEB's report will be furnishedto the contractor within (# of days) following the end of the evaluationperiod. The PEB is also responsible for considering proposed changes inthis plan and recommending those changes to the FDO.

(2) Contractor Self-Evaluation. The Contractor shall submitwithin (# of days) following the end of the evaluation period a concise,written self-evaluation of his performance limited to approximately 5pages. This report will be submitted to the Contracting Officer fortransmittal to the FDO.

(3) Fee Determination Official. The Fee Determination Official(FDO) will determine the amount of award fee, if any, to be paid to thecontractor. The FDO will review the Performance Evaluation Board's(PEB's) report, the contractor's self-evaluation, and take such otheraction and consider such other facts pertinent to this contractor'sperformance as is required to determine the numerical rating and theamount of the performance award fee for the evaluation period underconsideration. The Contracting Officer will notify the contractor inwriting of the FDO's decision within (# of days) after the end of theevaluation period. The contractor will submit an invoice in accordancewith the Contracting Officer's instructions. The decision of the FDO isfinal and shall not be subject to the Disputes clause.

d. Evaluation Criteria, Grades and Definitions. Percentages will beassigned to each criterion according to the relative order of importancedetermined by the Government using the grades, definitions and criteriapresented herein. A rating will be assigned for each major evaluationcriterion for each period. The performance criteria and weighting willbe applied to arrive at a weighted score.

e. Grades and Definitions.

(1) Any changes to the award fee determination criteria whichshall apply during each award fee period will be provided to thecontractor in writing by the Contracting Officer at least (# of days)prior to the start of each award fee period. Notification at a laterdate or alteration of criteria, including added criteria, after an awardfee period has begun must be agreed to by both parties.

(2) The award fee determination criteria for award fee areestablished herein.

Page 38: NAVFAC Uniform Contract Format Guide

f. Performance Criteria and Weighting. Criteria elements listedbelow will be used to evaluate performance. Each element isindividually graded with a percentage score. Normally a percentagescore below 80 in any of the criteria elements listed below will resultin no award fee paid to the contractor. The maximum points for eachcriteria element will be multiplied by the percentage score for eachcriteria element. The sum of the scores for all criteria elements willyield the numerical point value to determine the percentage of earnedaward fee for evaluation shown on Table 1, Performance Evaluation ReportCriteria.

Page 39: NAVFAC Uniform Contract Format Guide

Table 1. PERFORMANCE EVALUATION REPORT CRITERIA

Quality of Work Fixed Price Inferior quality of Adequate quality of Acceptable quality High quality of Superior quality ofWork workmanship with workmanship with of workmanship workmanship with workmanship with(40%) excessive number substantial number with limited minor deficiencies no deficiencies

of deficiencies of deficiencies number ofdeficiencies

Indefinite Inferior quality of Adequate quality of Acceptable quality High quality of Superior quality ofQuantity Work workmanship with workmanship with of workmanship workmanship with workmanship with(40%) excessive number substantial number with limited minor deficiencies no deficiencies

of deficiencies of deficiencies number ofdeficiencies

Effectiveness Consistently Occasionally Rarely requires Contractor QC Most jobs do notof Quality requires Govt input requires Govt input Govt input to Program effects all require rework, QCControl Program to rework to rework rework rework program very(20%) unsatisfactory jobs unsatisfactory jobs unsatisfactory jobs requirements effective

Timely Completion Fixed Price Frequently misses Meets schedule but Meets schedule Sometimes Often responds andof Work Work scheduled time requires Govt without reminders responds and performs faster

(40%) frames; requires prodding performs faster than scheduledGovt prodding than scheduled

Indefinite Frequently misses Meets DO schedule Meets DO schedule Sometimes Often responds andQuantity Work time frames but requires Govt without reminders responds and performs faster than DO(40%) schedulescheduled in DO prodding performs faster

and requires Govt than DO scheduleprodding

Scheduling Schedules not Schedules submitted Schedules submitted Schedules submitted; Schedules submitted;(20%) submitted; DO dates but not complied with; and usually complied meets dates of all completes work of

consistently not met DO dates occasionally with; DO dates rarely approved schedules and approved schedules andnot met missed DO’s ahead of schedule DO’s ahead of schedule

Page 40: NAVFAC Uniform Contract Format Guide

Response to Emergency service Consistently late in Occasionally late in Rarely late in Responds in a Always respondsService Calls calls meeting response meeting response meeting response timely manner and immediately and

(50%) times and times and times but situations arrests all quickly arrests allsituations not situations not timely arrested situations with situationstimely arrested timely arrested little Govt direction

Urgent service calls Consistently late in Occasionally late in Rarely late in Responds in a Always responds(25%) meeting response meeting response meeting response timely manner and immediately and

times and times and times but situations arrests all quickly arrests allsituations not situations not timely arrested situations with situationstimely arrested timely arrested little Govt direction

Routine service Consistently late in Occasionally late in Rarely late in Responds in a Always respondscalls meeting response meeting response meeting response timely manner and immediately and(25%) times and times and times but situations arrests all quickly arrests all

situations not situations not timely arrested situations with situationstimely arrested timely arrested little Govt direction

Administration and Cooperation Contractor and Contractor and Contractor and Cooperation and Cooperation andManagement (50%) employees do not employees employees usually teamwork exceed teamwork

demonstrate occasionally demonstrate normal substantially exceedcooperation in demonstrate cooperation in expectations normalaccomplishment of cooperation in accomplishment of expectationsthe contract accomplishment of the contract

the contract

Ingenuity and/or Contractor and Contractor and Contractor and Contractor and Contractor andFlexibility employees display employees employees attempt employees employees highly(50%) no ingenuity or occasionally improvement and generally are ingenious and

willingness to display ingenuity ingenuity and ingenious and innovative withimprove and willingness to occasionally are innovative with substantial Govt

improve successful success and Govt benefit

Page 41: NAVFAC Uniform Contract Format Guide

E.3 FAC 5252.223-9300, INSPECTION BY REGULATORY AGENCIES (JUN 1994)

************************************************************************NOTE: INSPECTION BY REGULATORY AGENCIES. Insert the following clausein solicitations and contracts for facilities support services.************************************************************************

a. Work performed under this contract is subject toinspection by State and Federal Government Regulatory agencies includingthose described below.

b. Permission has been granted by the Navy permittingFederal and State occupational health and safety officials to enter Navyshore installations, without delay and at reasonable times, to conductroutine safety and health investigations. Permission also extends tosafety and health investigations based on reports of unsafe conditions. Occupational Health and Safety Administration (OSHA) officials may alsoinvestigate accidents or illnesses involving the Contractor's employees. Inspections may also be carried out by the Department of Labor toinspect for compliance with labor laws.

c. The Contractor shall cooperate with regulatory agenciesand shall provide personnel to accompany the agency inspection or reviewteams. Contractor personnel shall be knowledgeable concerning the workbeing inspected, and participate in responding to all requests forinformation, inspection or review findings by regulatory agencies.

E.4 FAR 52.246-4, INSPECTION OF SERVICES - FIXED-PRICE (FEB1992)

************************************************************************NOTE: INSPECTION OF SERVICES. Include the following clause in facilitysupport service contracts and combination service and constructioncontracts.************************************************************************

a. Definitions. "Services", as used in this clause,includes services performed, workmanship, and material furnished orutilized in the performance of services.

b. The contractor shall provide and maintain an inspectionsystem acceptable to the Government covering the services under thiscontract. Complete records of all inspection work performed by thecontractor shall be maintained and made available to the Governmentduring contract performance and as for long afterwards as the contractrequires.

Page 42: NAVFAC Uniform Contract Format Guide

c. The Government has the right to inspect and test allservices called for by the contract, to the extent practicable at alltimes and places during the term of the contract. The Government shallperform inspections and tests in a manner that will not unduly delay thework.

d. If the Government performs inspections or tests on thepremises of the Contractor or a sub-contractor, the Contractor shallfurnish, and shall require subcontractors to furnish, without additionalcharge, all reasonable facilities and assistance for the safe andconvenient performance of these duties.

e. If any of the services do not conform to the contractrequirements, the Government may require the Contractor to perform theservices again in conformity with contract requirements, at no increasein the contract amount. When the defects in services cannot becorrected by reperformance, the Government may (l) require thecontractor to take necessary action to ensure that future performanceconforms to the contract requirements and (2) reduce the contract priceto reflect the reduced value of the services performed.

f. If the Contractor fails to promptly perform the servicesagain or to take the necessary action to ensure future performance inconformity with the contract requirements, the Government may (l) bycontract or otherwise, perform the services and charge to the Contractorany costs incurred by the Government that is directly related to theperformance of such service or (2) terminate the contract for default.

Page 43: NAVFAC Uniform Contract Format Guide

E.5 FAC 5252.246-9300, SCHEDULE OF DEDUCTIONS (JUN 1994)

************************************************************************NOTE: Insert following in all firm fixed-price solicitations andcontracts for facility support services.************************************************************************

a. Within fifteen (15) days after the contract award, thesuccessful Contractor shall provide an acceptable Schedule of Deductionsfor the base period and each option year of the contract. No work maycommence until such Schedule of Deductions is approved by theContracting Officer. The total of the Schedule of Deductions must equalthe amount entered in Contract Line Item [fill in blank] . If for anyreason this contract is modified, including the exercise of an option,and the modification affects the schedule of deductions, the contractorshall submit a revised schedule of deductions within fifteen (15) daysof the date of the modification. Prices shown in the Schedule ofDeductions will be utilized in conjunction with the "CONSEQUENCES OF THECONTRACTOR'S FAILURE TO PROVIDE REQUIRED SERVICE" clause in makingdeductions to the contract price for nonperformed or unsatisfactorywork.

b. Unbalancing in the Schedule of Deductions submittedshall be the cause for withholding approval and requiring resubmittal ofa balanced schedule. The Contractor's failure to provide an approvedSchedule of Deductions shall be grounds for TERMINATION FOR DEFAULT. The Government reserves the right to unilaterally establish a Scheduleof Deductions in the event the successful contractor fails to presentthe Schedule of Deductions within fifteen (15) calendar days of the dateof contract award or presents a Schedule of Deductions which isunbalanced or materially deficient. The approved Schedule of Deductionsshall be part of the contract. DO NOT SUBMIT the Schedule of Deductionswith the BID.

************************************************************************NOTE: SCHEDULE OF DEDUCTIONS FORM. Include a Schedule of Deductionsform for the base period and each separately priced option period. Indicate the period which is covered by the Schedule in the title of theform. The following example is for the base period. The itemdescriptions should correspond to the item description in the PRS andreference is to be made to the item number shown in the PRS.************************************************************************

Page 44: NAVFAC Uniform Contract Format Guide

SAMPLE SAMPLE SAMPLE SAMPLE SAMPLE SAMPLE SAMPLE SAMPLE

SCHEDULE OF DEDUCTIONS FOR THE BASE PERIODDO NOT SUBMIT SCHEDULE OF DEDUCTIONS WITH THE BID.

Item Amount TotalNo. Supplies/Services Qty Unit Per Month ? Months

0001AA Empty Containers,

Non Hazardous Waste, Schedule ___ Mo. $ _______ $ ________Service, Administration Area(Per PRS item 0001)

0001AB Empty Containers, ___ Mo. $ _______ $ ________Non Hazardous Waste, ScheduledService Housing Area A.(Per PRS Item 0002)

0001AC Empty Containers, ___ Mo . $ _______ $ ________Non Hazardous Waste, ScheduledService, Housing Area B.(Per PRS item 0003)

0001AD Pick Up, Non Hazardous Waste, ___ Mo. $ _______ $ ________Unscheduled Service, All Areas,(Per PRS item 0004)

0001AE Empty Containers, Hazardous, ___ Mo. $ _______ $ ________Waste, Scheduled Service, Garagesand Wash Rack. (Per PRS item 0005)

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~0001AZ Dispose of Sludge from Sewage ___ Mo. $ _______ $ ________

Treatment Plant, Landfill B.(Per PRS item 0036)

TOTAL PRICE FOR THE LUMP SUM PORTION OF THE CONTRACT $ ________

DO NOT FORGET TO INSERT IN THE FORM THE NUMBER OF MONTHS CORRESPONDINGTO THE BASE PERIOD OR SUBSEQUENT PERIODS

Page 45: NAVFAC Uniform Contract Format Guide

E.6 FAC 5252.246-9303, CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES (MAR 1996)

************************************************************************NOTE: Insert the following clause in all firm fixed-price and firmfixed-price/indefinite quantity solicitations and contracts forfacilities support services.************************************************************************

The Contractor shall perform all the contract requirements. TheGovernment will apply one or more of the surveillance methods mentionedbelow and will deduct an amount from the Contractor's invoice orotherwise withhold payment for unsatisfactory or nonperformed work. TheGovernment reserves the right to change surveillance methods at any timeduring the contract without notice to the Contractor.

a. STATISTICALLY EXTRAPOLATED SURVEILLANCE METHOD. The Government mayapply a statistically extrapolated surveillance method (Random Samplingfor Extrapolated Deductions) to any contract requirement to determineContractor compliance. The defect rate will then be extrapolated to themonthly population to determine the number of unsatisfactorily performedwork occurences. The monthly population is the total number of workoccurences that are required to be performed during the month.

b. OTHER SURVEILLANCE METHODS. The Government may apply othersurveillance methods to determine Contractor compliance. These include,but are not limited to, 100% inspection, random sampling withoutextrapolated deductions, and planned sampling as primary surveillancemethods; and incidental inspections and validated customer complaints assupplemental surveillance methods. When using these surveillancemethods, deductions may be taken for all observed defects.

c. PROCEDURES. In the case of unsatisfactory or nonperformed work,the Government:

(1) may give the Contractor written notice of deficiencies priorto deducting for unsatisfactory or nonperformed work and/or assessingliquidated damages. Such written notice shall not be a prerequisite forwithholding payment for nonperformed work. The Government may specify,as provided for below, that liquidated damages can be assessed againstthe Contractor. Such liquidated damages are to compensate theGovernment for administrative costs and other expenses resulting fromthe unsatisfactory or nonperformed work.

(2) may, at its option, allow the Contractor an opportunity toreperform the unsatisfactory or nonperformed work, at no additional costto the Government. In the case of daily work, corrective action must becompleted within _____ hours of notice to the Contractor. In the caseof other work, corrective action must be completed within _____ hours of

Page 46: NAVFAC Uniform Contract Format Guide

notice. However, the Contractor will be paid for satisfactorilyreperformed work.

(3) shall deduct from the Contractor's invoice all amountsassociated with the unsatisfactory or nonperformed work at the pricesset out in the Schedule or provided by other provisions of thiscontract, unless the Contractor is required to reperform andsatisfactorily completes the work. In addition, the Government canassess liquidated damages, as referenced above, in the amount of ***percent of the value of all observed defects.

(4) may, at its option, perform the work by Government personnelor other means. The Government will reduce the amount of payment to theContractor, by the amount paid to any Government personnel (based onwages, retirement and fringe benefits) plus material, or the actualcosts incurred to accomplish the services by other means. If the actualcosts cannot be readily determined, the prices set out in the Schedulewill be used as the basis for the deduction. In addition, theGovernment can assess liquidated damages, as referenced above, in theamount of *** percent of the computed cost.

d. The Contractor is responsible for maintaining an effective QualityControl Program during the course of the contract. Failure to maintainadequate quality control may result in Termination for Default.

e. Reperformance by the Contractor does not waive the Government'sright to terminate for nonperformance in accordance with FAR clause52.249-8, "DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)" of Section I andall other remedies for default as may be provided by law.

f. When WATCHSTANDING SERVICES apply. If the Contractor fails toprovide qualified personnel or allows any post to be unmanned for atotal of ______ minutes in any shift, the Government may assign otherpersons to perform such work or deduct an amount from the Contractor'sinvoice as specified below;

(1) when Watchstanding Services are performed by Governmentemployees, deductions shall be computed based on the current Federal PaySchedule including wages, retirement and fringe benefits of theGovernment employees (civilian or military) who actually performed thework. In addition, the Government can assess liquidated damages, asreferenced above, in the amount of _____ percent of the computed cost.

(2) when non-performed Watchstanding Services are obtained underanother contract, the Government will deduct from the Contractor’sinvoice an amount equal to the cost to the Government under thatcontract. In addition, the Government can assess liquidated damages, asreferenced above, in the amount of _____ percent of the cost.

Page 47: NAVFAC Uniform Contract Format Guide

(3) If no guard replacement is furnished by the Government andthe work is not performed, the Government will deduct from theContractor's invoice an amount equal to the cost to the Government ofhaving a Government employee perform the work. In addition, theGovernment can assess liquidated damages, as referenced above, in theamount of ____ percent of the computed cost.

(4) The Contractor will be held liable for property lossessustained by the Government as a direct, consequential result of afailure to furnish the required personnel.

(5) Computations of the costs of Government employees to performwork not performed by the Contractor shall be in conformance with FAR52.222-42, "STATEMENT OF EQUIVALENT RATE FOR FEDERAL HIRES”.

************************************************************************

**NOTE: If the Table 2 below is used for Change of Occupancyrequirements, the contract must state that the LDs rate set forth in theabove FAC clause 5252.246-9303, “CONSEQUENCES OF CONTRACTOR’S FAILURE TOPERFORM REQUIRED SERVICES” does not apply to that work covered by theliquidated damages table below.************************************************************************

TABLE 2: FAMILY HOUSING UNITS________________________________________________________________________

Type of Unit Liquidated Damages Calendar DayPer Unit

________________________________________________________________________

GOQ (General Officers’ Quarters) Average daily Basic SOQ (Senior Officers’ Quarters Allowance (BAQ) withFGO (Field Grad Officers) dependents plus averageCGO (Company Grade Officers) applicable housing SEM (Senior Enlisted Men) allowances or temporaryJEM (Junior Enlisted Men) living allowance, as

appropriate.

************************************************************************

E.7 FAC 5252.246-9304, ESTIMATING THE PRICE OF NONPERFORMED OR UNSATISFACTORY WORK (MAR 1996)

************************************************************************NOTE: Insert the following clause in all firm fixed-price and firmfixed-price/indefinite quantity solicitations and contracts for allfacilities support services.************************************************************************

Page 48: NAVFAC Uniform Contract Format Guide

In accordance with the "CONSEQUENCES OF THE CONTRACTOR'SFAILURE TO PERFORM REQUIRED WORK" clause FAC 5252.246-9303, deductionsmay be taken for nonperformed or unsatisfactory work. In the event, theprice of nonperformed or unsatisfactory work cannot be determined fromthe prices set out in the Schedule, or on the basis of the actual costto the Government, estimated methods may be used. EngineeredPerformance Standards (EPS) or other estimating sources may be utilizedto estimate the cost of nonperformed work or the costs which would beincurred in remedying unsatisfactory work. The Government may estimatethe cost using wage rate and fringe benefits included in the wagedeterminations included in the contract. Government estimates of theContractor's overhead and profit rates, and Government estimates ofmaterial costs if applicable. Liquidated damages, to compensate theGovernment for administrative costs and other expenses resulting fromthe nonperformance or unsatisfactory performance, will be calculated inaccordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORMREQUIRED WORK" clause. A list of Engineered Performance Standards iscontained in Attachment J- [fill in blank] .

E.8 CONTRACTOR QUALITY CONTROL (QC).

************************************************************************NOTE: If the contract is to be awarded on the basis of a Request forProposal (RFP) which includes the evaluation of a technical proposal,delete subparagraph (1) and substitute subparagraph (1)(optional).************************************************************************

(1) The Contractor shall establish and maintain a Quality ControlProgram in accordance with the FAR 52.246-4, "INSPECTION OF SERVICES -FIXED PRICE" clause, Section E, to ensure that the work performed underthe contract conforms to the contract requirements. The Contractorshall submit to the Contracting Officer, a Quality Control Plan (QCP)for approval 15 calendar days after award of the contract. A generaldescription of the Contractor's Quality Control (QC) program shall beavailable for Government review during the preaward survey.

(1) (optional). The Contractor shall establish and maintain a QualityControl Program in accordance with the FAR 52.246-4, "INSPECTION OFSERVICES - FIXED PRICE" clause, Section E, to ensure that the workperformed under the contract conforms to the contract requirements. TheContractor shall submit to the Contracting Officer, a Quality ControlPlan (QCP) as part of the Technical Proposal.

(2) The Contractor's QCP shall provide top Contractor management withan effective and efficient means of identifying and correcting problemsthroughout the entire scope of operations.

(3) The QCP shall include:

Page 49: NAVFAC Uniform Contract Format Guide

(a) A description of the Contractor's quality control system. The system must cover all contract services, specify work to beinspected on either a schedule or unscheduled basis, and describe howinspections are to be conducted.

(b) The name(s) and qualifications of the individual(s)responsible for performing the quality control inspections, and theextend of their authority.

(c) Provisions for recording the results of inspections and forrecording corrective action taken.

(d) Provisions to update and revise the QCP during theperformance of the contract.

(4) A file of all Quality Control inspections both performed andscheduled, inspection results, and dates and details of correctiveactions taken shall be maintained by the Contractor through the term ofthis contract. The file shall be the property of the Government andmade available to the Contracting Officer during regular working hours.The file shall be turned over to completion/termination of the contract.

E.9 GOVERNMENT QUALITY ASSURANCE (QA).

In accordance with the FAR 52.246-4, "INSPECTION OF SERVICES - FIXEDPRICE" clause, Section E, each phase of the services rendered under thiscontract is subject to Government inspection, during the Contractor'soperations and after completion of the tasks. The Government's QualityAssurance Surveillance Program is not a substitute for Quality Controlby the Contractor. All findings of unsatisfactory or non-performed workwill be administered in accordance with the "CONSEQUENCES OFCONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E. All costs associated with rework are the responsibility of theContractor. The Government reserves the right to choose the inspectionmethods to be used in implementing its Quality Assurance Program and tovary the inspection methods utilized during the work, without notice tothe Contractor.

E.10 PERFORMANCE EVALUATION MEETINGS.

(1) The Contractor shall meet with the Government's representative(Insert frequency such as weekly/monthly) during the first (Insertnumber of months) months of the contract. Thereafter, meetings will beas often as necessary at the discretion of the Contracting Officer, butnot less than (insert frequency such as weekly/monthly). A mutualeffort will be made to resolve all problems identified. The writtenminutes of these meetings, prepared by the Government, shall be signedby the Contractor's representative and the Government's representative.

Page 50: NAVFAC Uniform Contract Format Guide

Should the Contractor not concur with the minutes, the Contractor shallstate, in writing, to the Contracting Officer any areas of disagreementwithin _____ calendar days.

(2) The Government will periodically assess the Contractor's overallperformance on this contract by completing the form at Attachment JE-__.The Government may use this form to evaluate the Contractor morefrequently if it becomes necessary. The Contractor will be afforded anopportunity to comment on each evaluation performed when the Governmentuses Attachment JE-__. The Contractor has 30 calendar days to submitwritten comments on unsatisfactory ratings.

Page 51: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N F

DELIVERIES OR PERFORMANCE

Page 52: NAVFAC Uniform Contract Format Guide

PART I - THE SCHEDULE

SECTION F: DELIVERIES OR PERFORMANCE

TABLE OF CONTENTS

PARA CLAUSE PAGE NO. NO. TITLE NO.

F.1 N/A LOCATION .............................. F-3

F.2 N/A PERFORMANCE PERIOD OF CONTRACT.......... F-3

F.3 5252.242-9305 PRE-PERFORMANCE CONFERENCE(JUL 1995) ............................. F-3

Page 53: NAVFAC Uniform Contract Format Guide

SECTION F - DELIVERIES OR PERFORMANCE

F.l LOCATION

The work shall be located at the (insert name of the activity) . The exact location(s) as identified in Attachment J-E .

F.2 PERFORMANCE PERIOD OF CONTRACT

************************************************************************NOTE: PERFORMANCE PERIOD OF CONTRACT. Modify as required.************************************************************************

The contract term shall be for a period of (insert number ofmonths) commencing (insert date) or within 15 daysafter notice/date of award. The Government has the option to extend theterm of the contract in accordance with the "OPTION TO EXTEND THE TERMOF THE CONTRACT - SERVICES ___(insert either "(FAC) (JUN 1994) clause,Section I" or "(FAR 52.217-9) (MAR 1989) clause, Section I") . Inthe option periods the Government will adjust the prices, as required,based on new Department of Labor Wage Rate Determinations.

F.3 FAC 5252.242-9305, PRE-PERFORMANCE CONFERENCE (JUL 1995)

************************************************************************NOTE: PRE-PERFORMANCE CONFERENCE: Insert the following clause in allsolicitations and contracts except construction. Use FAR clause52.236-26, Pre-Construction Conference for Construction contracts.************************************************************************

Within _____ days of contract award, prior to the commencement ofthe work, the Contractor will meet in conference with representatives ofthe contracting officer, at a time to be determined by the ContractingOfficer, to discuss and develop mutual understanding relative toscheduling and administering work.

Page 54: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N G

CONTRACT ADMINISTRATION DATA

Page 55: NAVFAC Uniform Contract Format Guide

PART I - THE SCHEDULE

SECTION G: CONTRACT ADMINISTRATION DATA

TABLE OF CONTENTS

PARA CLAUSE PAGE NO. NO. TITLE NO.

G.l 5252.201-9300 CONTRACTING OFFICER AUTHORITY (JUN 1994) .G-3

G.2 5252.216-93OO APPOINTMENT OF ORDERING OFFICER(S)(JUN 1994)................................G-3

G.3 5252.216-9306 PROCEDURES FOR ISSUING ORDERS (MAY 1995) .G-3

G.4 5252.232-9000 SUBMISSION OF INVOICES (JUL 1992) ........G-4

G.5 5252.242-9300 GOVERNMENT REPRESENTATIVES (JUN 1994) ....G-7

Page 56: NAVFAC Uniform Contract Format Guide

SECTION G - CONTRACT ADMINISTRATION DATA

G.l FAC 5252.201-9300, CONTRACTING OFFICER AUTHORITY (JUN 1994)

************************************************************************NOTE: Insert in all solicitations/contracts for facilities supportservices.************************************************************************

In no event shall any understanding or agreement between theContractor and any Government employee other than the ContractingOfficer on any contract, modification, change order, letter or verbaldirection to the Contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual documentexecuted by an appointed Contracting Officer. The Contractor is herebyput on notice that in the event a Government employee other than theContracting Officer directs a change in the work to be performed orincreases the scope of the work to be performed, it is the Contractor'sresponsibility to make inquiry of the contracting Officer before makingthe deviation. Payments will not be made without being authorized by anappointed Contracting Officer with the legal authority to bind theGovernment.

G.2 FAC 5252.216-9300, APPOINTMENT OF ORDERING OFFICER(S) (JUN 1994)

************************************************************************NOTE: Insert the following clause in facility support and A/E IDQ andRequirement type solicitations and contracts. Not to be used in Timeand Material contracts.************************************************************************

Ordering Officers under this contract are authorized by theContracting Officer to execute delivery orders provided the total pricefor the delivery order does not exceed the individual ContractingOfficer(s) warrant limitations. The ordering officers and theirspecific authority shall be stated in this contract or in an appointmentletter.

Page 57: NAVFAC Uniform Contract Format Guide

G.3 FAC 5252.216-9306, PROCEDURES FOR ISSUING ORDERS (MAY 1995)

************************************************************************NOTE: Insert in all solicitations/contract for facility supportservices where orders will be issued.************************************************************************

a. Services to be furnished under this contract shall befurnished at such times as ordered by the issuance of delivery orders onDD Form 1155 by the Ordering Officer designated by the contractingofficer. All orders issued hereunder are subject to the terms andconditions of this contract. This contract shall control in the eventof conflict with any order. When mailed, a delivery order will beconsidered "issued" for the purpose of this contract at the time theGovernment deposits the order in the mail or, if transmitted by othermeans, when physically delivered to the Contractor.

b. Delivery orders may be modified by the ordering officer. Modifications to delivery orders will be issued on Standard Form (SF)30.

c. Delivery orders may be modified/ordered orally by the OrderingOfficer in emergency circumstances. Oral modifications/orders arelimited to a maximum of $10,000 and will be confirmed by issuance of awritten modification/order within two (2) working days from the time ofthe oral communication.

G.4 NAPS 5252.232-9000, SUBMISSION OF INVOICES (FIXED PRICE)(JUL 1992)

************************************************************************NOTE: Insert the following clause in fixed price (except fixed priceincentive) type solicitations and contract, or basic ordering agreementsrequiring fixed price orders, except in construction or architect-engineer contracts or as provided in paragraphs (d) and (e) of NAPS232.908************************************************************************

a. "Invoice" as used in this clause does not include contractor'srequests for progress payments.

b. The contractor shall submit original invoices with _____copies to the address identified in the solicitation/contract award form(SF 26-Block 10; SF 33-Block 23; SF 1447-Block 14), unless deliveryorders are applicable, in which case invoices will be segregated byindividual order and submitted to the address specified in the order (DD1155-Block 13 or SF 26-Block 10).

Page 58: NAVFAC Uniform Contract Format Guide

c. The use of copies of the Material Inspection and ReceivingReport (MIRR), DD Form 250, as an invoice is encouraged. DFARS AppendixF-306 provides instructions for such use. Copies of the MIRR used as aninvoice are in addition to the standard distribution stated in DFARS F-401.

d. In addition to the requirements of the Prompt Payment Clauseof this contract, the contractor shall cite on each invoice the contractline item number (CLIN); the contract subline item number (SLIN), ifapplicable; the accounting classification reference number (ACRN) asidentified on the financial accounting data sheets, and the paymentterms.

e. The contractor shall prepare:

* a separate invoice for each activity designated toreceive the supplies or services.

* a consolidated invoice covering all shipments deliveredunder an individual order.

* either of the above.

f. If acceptance is at origin, the contractor shall submit theMIRR or other acceptance verification directly to the designated paymentoffice. If acceptance is at destination, the consignee will forwardacceptance verification to the designated payment office.

************************************************************************NOTE: Insert ALT I for fixed price level of effort contracts, todesignate Government representative with authority to approve hoursactually expended.************************************************************************

ALTERNATE I (NAPS 5252.232-9000)

g. Submit invoices monthly to the Government representative namedin the contract for approval of hours actually expended.

NAPS 5252.232-9001, SUBMISSION OF INVOICES (COST-REIMBURSEMENT, TIME-AND-MATERIALS, LABOR-HOUR, OR FIXEDPRICE INCENTIVE) (JUL 1992)

************************************************************************NOTE: Insert the following clause in cost reimbursement, time-and-materials, labor-hour, or fixed price incentive solicitations andcontracts except as provided in paragraphs (d) and (e) of NAPS 232.908.************************************************************************

Page 59: NAVFAC Uniform Contract Format Guide

a. "Invoice" as used in this clause includes contractor requestsfor interim payments using public vouchers (SF 1034) but does notinclude contractor requests for progress payments under fixed priceincentive contracts.

b. The Contractor shall submit invoices and any necessarysupporting documentation, in an original and _______ copies, to thecontract auditor* at the following address:

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

unless delivery orders are applicable, in which case invoices will besegregated by individual order and submitted to the address specified inthe order and submitted to the address specified in the order. Inaddition, an information copy shall be submitted to_____________________________________. Following verification, thecontract auditor* will forward the invoice to the designated paymentoffice for payment in the amount determined to be owing, in accordancewith the applicable payment (and fee) clause(s) of this contract.

c. Invoices requesting interim payments shall be submitted nomore than once every two weeks, unless another time period is specifiedin the Payments clause of this contract. For indefinite delivery typecontracts, interim payment invoices shall be submitted no more than onceevery two weeks for each delivery order. There shall be a lapse of nomore than _______ calendar days between performance and submission of aninterim payment invoice.

d. In addition to the information identified in the PromptPayment clause herein, each invoice shall contain the followinginformation, as applicable:

1. Contract line item number (CLIN)2. Subline item number (SLIN)3. Accounting Classification Reference Number (ACRN)4. Payment Terms5. Procuring activity6. Date supplies provided or services performed7. Costs incurred and allowable under the contract8. Vessel (e.g., ship, submarine or other craft) or system

for which supply/service is provided.

e. A DD Form 250, "Material Inspection and Receiving Report"** is required with each invoice submittal** is required only with the final invoice** is not required

Page 60: NAVFAC Uniform Contract Format Guide

f. A Certificate of Performance** shall be provided with each invoice submittal** is not required

g. The Contractor's final invoice shall be identified as such,and shall list all other invoices (if any) previously tendered underthis contract.

h. cost of performance shall be segregated, accumulated andinvoiced to the appropriate ACRN categories to the extent possible. When such segregation of costs by ACRN is not possible for invoicessubmitted with CLINS/SLINS with more than one ACRN, an allocation ratioshall be established in the same ratio as the obligations cited in theaccounting data so that costs are allocated on a proportional basis.

* In contracts with the Canadian Commercial Corporation,substitute "Administrative Contracting Officer" for "contract auditor".

** Check appropriate requirements.

************************************************************************NOTE: Insert ALT I in cost reimbursement, time-and-materials, labor-hour, or fixed price incentive solicitations and contracts when use offoreign vendors or contractors is anticipated.************************************************************************

ALTERNATE I (NAPS 5252.232-9001)

i. When a vendor invoice for a foreign currency is provided assupporting documentation, the Contractor shall identify the foreigncurrency and indicate on the vendor invoice the rate of exchange on thedate of payment by the Contractor. The Contractor shall also attach acopy of the bank draft or other suitable documents showing the rate ofexchange. The contractor shall provide an English translation if thevendor invoice is written in a foreign language.

NAPS 5252.232-9003, SUBMISSION OF INVOICES IN CONTRACTS FOR LEASE, MAINTENANCE, RENTAL AND/OR SUPPORT SERVICES

(JUN 1992)************************************************************************NOTE: Insert the following clause in contracts for lease maintenance,rental, and/or support services in accordance with NAPS 5232.908(d).************************************************************************

(a) The contractor shall submit original invoices with ____ copiesto the address identified on the solicitation/contract award form (SF26-Block 10; SF 33-Block 23; SF 1447-Block 14) unless delivery ordersare applicable, in which case invoices will be segregated by individualorder and submitted to the address specified in the delivery order,

Page 61: NAVFAC Uniform Contract Format Guide

including a named individual if applicable, for certification prior topayment.

(b) In addition to the information identified in the clauseentitled “Prompt Payment” herein, invoices shall include the followinginformation:

(1) Contract line item number (CLIN)(2) Contract subline item number (SLIN), if applicable(3) Accounting classification reference number (ACRN)(4) Payment terms(5) Name and serial number of equipment provided or serviced(6) Total charges and, if applicable, the prompt payment discount.

(c) The contractor shall submit invoices for basic monthly chargesin the month following the month for which the charges accrue and notmore than on a monthly basis. Payment for rental or services of lessthan one month’s duration shall be prorated at 1/30th of the basicmonthly charges for each calendar day.

(d) If maintenance credits apply, the procedures indicated beloware applicable: * The Government will request in writing that the applicable creditsfor the month be applied against other charges. The request will listthe following information: Type and model number(s) of machines(s),date of occurrence, period of downtime, and credit due. Invoices forremedial (on-call) maintenance will be accompanied by copies of theapplicable malfunction reports regarding the on-call maintenancefurnished.* The Government will deduct the credits from the monthly invoice andinform the contractor in writing the reason for the credit and includethe date of the occurrence, period of downtime and/or response time,credit due and the type and model of the equipment.

* Check applicable procedure.

G.5 FAC 5252.242-9300, GOVERNMENT REPRESENTATIVES (JUN 1994)

************************************************************************NOTE: Insert the following clause in all solicitation/contracts andcheck the appropriate paragraphs which apply.************************************************************************

(a) The contract will be administered by an authorizedrepresentative of the Contracting Officer. In no event, however, willany understanding or agreement, modification, change order, or othermatter deviating from the terms of the contract between the contractorand any person other than the Contracting Officer be effective orbinding upon the Government, unless formalized by proper contractual

Page 62: NAVFAC Uniform Contract Format Guide

documents executed by the Contracting Officer prior to completion ofthis contract. The authorized representatives as indicated hereinafter:

(1) The project Engineer-in-Charge (EIC) will be designatedby the Contracting Officer as the authorized representative of theContracting Officer. The EIC is responsible for monitoring performanceand the technical management of the effort required hereunder, andshould be contacted regarding questions or problems of a technicalnature.

(2) The designated Contract Specialist will be theAdministrative Contracting Officer's representative on all othercontract administrative matters. The Contract Specialist should becontacted regarding all matters pertaining to the contract or deliveryorders.

(3) The designated Property Administrator is theAdministrative Contracting Officer's representative on property matters. The Property administrator should be contacted regarding all matterspertaining to property administration.

Page 63: NAVFAC Uniform Contract Format Guide

PART I

S E C T I O N H

SPECIAL CONTRACT REQUIREMENTS

Page 64: NAVFAC Uniform Contract Format Guide

PART I - THE SCHEDULE

SECTION H: SPECIAL CONTRACT REQUIREMENTS

TABLE OF CONTENTS

PARA CLAUSE PAGE NO. NO. TITLE No.

H.1 5252.216-9312 MINIMUM AND MAXIMUM QUANTITIES (JUN 1994).H-3

5252.216-9313 MAXIMUM QUANTITIES (JUN 1994) ............H-3

H.2 5252.223-9301 WILDLIFE PRESERVATION (JUN 1994) .........H-4

Page 65: NAVFAC Uniform Contract Format Guide

SECTION H: SPECIAL CONTRACT REQUIREMENTS

************************************************************************NOTE: Select the appropriate alternate clause ALT I or ALT II dependingon the type of indefinite delivery contract type used.

For an Indefinite Quantity (IQ) contract, use ALT I.

For a Combination Firm Fixed-Price/IQ contract, use ALT II

For a Requirements Contracts, use the FAR 52.216-21, "REQUIREMENTS"clause. FAC clause 5252.216-9311, "ESTIMATED QUANTITIES CLAUSE" hasbeen deleted and is no longer a valid clause for use. The informationpreviously contained in the FAC clause is contained in FAR 52.216-21,"REQUIREMENTS" CLAUSE IN SECTION I which states that the quantitiesspecified in the Schedule are estimates only and should be marked assuch.************************************************************************

ALT I

H.2 FAC 5252.216-9312, MINIMUM AND MAXIMUM QUANTITIES (JUN1994).

As referred to in paragraph (b) of FAR 52.216-22 INDEFINITE QUANTITYclause, the contract minimum quantity is (fill-in)% of the estimatedtotal quantity. Should the Government fail to place orders totaling theamount of the contract minimum quantity, the provisions of Clause"[insert title of FAR 52.249-1 or FAR 52.249-2]" shall apply to theunordered amount of the contract minimum quantity. The maximum quantityshall not be exceeded except as may be provided by formal modificationto the contract.

ALT II (Combination FFP/IQ contract)

H.2 FAC 5252.216-9313, MAXIMUM QUANTITIES (JUN 1994).

As referred to 5252.216-9310, "COMBINATION FIRM FIXED-PRICE/INDEFINITEQUANTITY CONTRACT" clause, the minimum guarantee of work is the firmfixed price portion of the contract. The maximum dollar value of thecontract is the total dollar value of the Fixed Price and IndefiniteQuantity Items. The maximum shall not be exceeded except as may beprovided by formal modification to the contract.

ALTERNATE I (JUN 1994). If the firm fixed-price portion of the contractis less than nominal, substitute the following clause.

Page 66: NAVFAC Uniform Contract Format Guide

As referred to in FAC 5252.216-9310, "COMBINATION FIRM FIXED-PRICE/INDEFINITE-QUANTITY CONTRACT" clause, the minimum guarantee ofwork is (fill-in)% of the estimated total quantity. The maximum dollarvalue of the contract is the total dollar value of the Fixed Price andIndefinite Quantity Items. The maximum shall not be exceeded except asmay be provided by formal modification to the contract.

H.1 FAC 5252.223-9301, WILDLIFE PRESERVATION (JUN 1994)

************************************************************************NOTE: WILDLIFE PRESERVATION. Insert the following clause insolicitations and contracts for facilities support or architect-engineering services when applicable.************************************************************************

(Insert name of activity) is a designated (insertdescription of designation) . Before commencing work which maydisturb wildlife, the Contractor shall obtain all necessary state, localand federal permits. Following is a list of applicable restrictions (insert a list of restrictions).

Page 67: NAVFAC Uniform Contract Format Guide

PART II

S E C T I O N I - SEALED BIDDING

CONTRACT CLAUSES

Page 68: NAVFAC Uniform Contract Format Guide

PART II - THE SCHEDULE

SECTION I - CONTRACT CLAUSES

************************************************************************SEALED BIDDING

This section includes a listing of a broad range of FAR, DFARS, andNAVFAC clauses for contracting by sealed bid. All the clauses are notapplicable to one particular solicitation and the contract specialistshould determine exactly which clauses apply.

The contracting officer shall give the contractor the full text of anyclause incorporated by reference on request. The full text of thoseclauses which are required to be in full text are not displayed. Theymay be found in the appropriate regulations or NAVFAC clause book.

At the pre-performance conference the successful bidder should be givencopies of key clauses which were incorporated by reference.******************************************************************

TABLE OF CONTENTS

PARA NO. CLAUSE TITLE PAGE

I.1 52.203-9 REQUIREMENT OF PROCUREMENT INTEGRITY -MODIFICATION (SEP 1995) ................ I-

I.2 FAC COMMERCIAL WARRANTY (JUN 1994) ......... I-5252.211-9300

I.3 52.216-18 ORDERING (OCT 1995) .................... I-

I.4 52.216-19 ORDER LIMITATIONS (OCT 1995)............ I-

I.5 52.216-21 REQUIREMENTS (OCT 1995)................. I-

I.6 52.216-22 INDEFINITE QUANTITY (OCT 1995).......... I-

I.7 FAC COMBINATION FIRM FIXED-PRICE/INDEFINITE5252.216-9310 QUANTITY CONTRACT (JUN 1994)............ I-

I.8 FAC ECONOMIC PRICE ADJUSTMENT FOR CHANGES IN5252.216-9314 LANDFILL/DISPOSAL FEES (JUN 1994)....... I-

Page 69: NAVFAC Uniform Contract Format Guide

PARA NO. CLAUSE TITLE PAGE

I.9 FAC OPTION TO EXTEND THE TERM OF THE CONTRACT -5252.217-9301 SERVICES (JUN 1994)..................... I-

I.10 52.220-1 RESERVED

I.11 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERALHIRES (MAY 1989)........................ I-

I.12 FAC MINIMUM WAGE RATES5252.222-9302 (DEC 1994).............................. I-

1.13 FAC INDIVIDUAL SURETY/SURETIES5252.228-9300 (JAN 1994).............................. I-

1.14 FAC BID GUARANTEE5252.228-9302 (JUN 1994).............................. I-

I.15 FAC NOTICE OF BONDING REQUIREMENTS5252.228-9305 (JUN 1994).............................. I-

I.16 DFARS CERTIFICATION OF CLAIMS AND REQUESTS FOR252.233-7000 ADJUSTMENT OR RELIEF (MAY 1995)......... I-

I.17 FAC GOVERNMENT-FURNISHED PROPERTY, MATERIALS5252.245-9300 AND SERVICES (DEC 1994)................. I-

I.18 DFARS TRANSPORTATION OF SUPPLIES BY SEA252.247-7023 (DEC 1991).............................. I-

I.19 DFARS SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DoD

CONTRACTS) (NOV 1995).................. I-

I.20 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988).............................. I-

Page 70: NAVFAC Uniform Contract Format Guide

SECTION I - CONTRACT CLAUSES

************************************************************************NOTE: Insert those clauses to be included in full text. The full textof those clauses does not appear in this guide. The clauses can befound in the appropriate regulations or NAVFAC Clause book. Renumberclause I.20 below as appropriate.************************************************************************

I.20 FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates the following clauses by reference, withthe same force and effect as it they were given in full text. Uponrequest, the Contracting Officer will make their full text available.

(a) Federal Acquisition Regulation (48 CFR Chapter 1) Clauses:

FAR REF. NO. CLAUSE TITLE52.202-1 DEFINITIONS (OCT 1995)52.203-1 RESERVED52.203-3 GRATUITIES (APR 1984)52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)52.203-6 RESTRICTIONS ON SUBCONTRACTORS SALES TO THE GOVERNMENT(JUL

1995)52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995)52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP

1990)52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN

FEDERAL TRANSACTIONS (JAN 1990)52.207-3 RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991)52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH

CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT(JUL 19955)

52.214-29 ORDER OF PRECEDENCE -- SEALED BIDDING (JAN 1986)52.217-8 OPTION TO EXTEND SERVICES (AUG 1989)52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984)52.219-7 NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE (OCT 1995)(ALT)52.219-8 UTILIZATION OF SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED

SMALL BUSINESS CONCERNS (OCT 1995)52.219-9 SMALL BUSINESS, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL

BUSINESS SUBCONTRACTING PLAN (ALT I) (OCT 11995)52.219-13 RESERVED52.219-14 LIMITATIONS ON SUBCONTRACTING (JAN 1991)52.219-16 LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995)52.220-1 RESERVED52.220-3 RESERVED52.220-4 RESERVED52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984)52.222-3 CONVICT LABOR (APR 1984)

Page 71: NAVFAC Uniform Contract Format Guide

FAR REF. NO. CLAUSE TITLE52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARD ACT-OVERTIME

COMPENSATION (JUL 1995)52.222-6 DAVIS-BACON ACT (FEB 1995)52.222-7 WITHHOLDING OF FUNDS (FEB 1988)52.222-8 PAYROLLS AND BASIC RECORDS (FEB 1988)52.222-9 APPRENTICES AND TRAINEES (FEB 1988)52.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988)52.222-11 SUBCONTRACTS (LABOR STANDARDS) (FEB 1988)52.222-12 CONTRACT TERMINATION--DEBARMENT (FEB 1988)52.222-13 COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS

(FEB 1988)52.222-14 DISPUTES CONCERNING LABOR STANDARDS (FEB 1988)52.222-15 CERTIFICATION OF ELIGIBILITY (FEB 1988)52.222-17 LABOR STANDARDS FOR CONSTRUCTION WORK--FACILITIES CONTRACTS

(FEB 1988)52.222-18 RESERVED52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984)52.222-26 EQUAL OPPORTUNITY (APR 1984)52.222-28 EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS

(APR 1984)52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA

VETERANS (APR 1984)52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984)52.222-37 EMPLOYMENT REPORTS OF SPECIAL DISABLED VETERANS AND VETERANS

OF THE VIETNAM ERA (JAN 1988)52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAY 1989)52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE

ADJUSTMENT (MULTI YEAR AND OPTION CONTRACTS) (MAY 1989)52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE

ADJUSTMENT (MAY 1989)52.223-2 CLEAN AIR AND WATER (APR 1984)52.223-6 DRUG-FREE WORKPLACE (JUL 1990)52.224-1 PRIVACY ACT NOTIFICATION (APR 1984)52.224-2 PRIVACY ACT (APR 1984)52.225-5 BUY AMERICAN ACT - CONSTRUCTION MATERIALS (MAY 1992)52.225-11 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992)52.226-1 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED

ECONOMIC ENTERPRISES (AUG 1991)52.227-1 AUTHORIZATION AND CONSENT (JUL 1995)52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT

INFRINGEMENT (APR 1984)52.228-5 INSURANCE - WORK ON GOVERNMENT INSTALLATION (SEP 1989)52.229-3 FEDERAL, STATE AND LOCAL TAXES (JAN 1991)52.229-6 TAXES--FOREIGN FIXED-PRICE CONTRACTS (JAN 1991)52.230-2 COST ACCOUNTING STANDARDS (AUG 1992)52.230-5 ADMINISTRATION OF COST ACCOUNTING STANDARDS (FEB 1995)52.232-1 PAYMENTS (APR 1984)52.232-8 DISCOUNTS FOR PROMPT PAYMENT (APR 1989)

Page 72: NAVFAC Uniform Contract Format Guide

FAR REF. NO. CLAUSE TITLE52.232-11 EXTRAS (APR 1984)52.232-17 INTEREST (JAN 1991)52.232-18 AVAILABILITY OF FUNDS (APR 1984)52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986)52.232-25 PROMPT PAYMENT (MAR 1994)52.233-1 DISPUTES (OCT 1995)52.233-3 PROTEST AFTER AWARD (OCT 1995)52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION

(APR 1984)52.237-3 CONTINUITY OF SERVICES (JAN 1991)52.242-13 BANKRUPTCY (JUL 1995)52.243-1 CHANGES-FIXED PRICES (AUG 1987) BASIC CLAUSE, ALTERNATE I AND

ALTERNATE II52.244-1 SUBCONTRACTS (FIXED-PRICED CONTRACTS) (FEB 1995)52.244-5 COMPETITION IN SUBCONTRACTING (APR 1984)52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (ALT I) (DEC 1989)52.245-4 GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984)52.245-25 LIMITATION OF LIABILITY-SERVICES (APR 1984)52.248-1 VALUE ENGINEERING (MAR 1989)52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

(SHORT FORM) (APR 1984)52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

(APR 1984)52.249-8 DEFAULT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984)

(b) Defense Federal Acquisition Regulation Supplement Clauses:

DFARS REF NO. CLAUSE TITLE252.203-7000 STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER

DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991)252.203-7001 SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993)252.203-7003 PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS

(APR 1992)252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT

HOLDERS (DEC 1991) (For contracts over $500,000)252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN

GOVERNMENT THAT SUPPORTS TERRORISM (SEP 1995)252.215-7000 PRICING ADJUSTMENTS (DEC 1991)252.215-7001 AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991)

(For contracts over $100,000)252.219-7003 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS

SUBCONTRACTING PLAN (DOD CONTRACTS) (MAY 1994)COLLEGES AND UNIVERSITIES, AND MINORITY INSTITUTIONS (NOV 1995)

Page 73: NAVFAC Uniform Contract Format Guide

FAR REF. NO. CLAUSE TITLE252.219-7005 INCENTIVE FOR SUBCONTRACTING WITH SMALL BUSINESSES,

SMALL DISADVANTAGED BUSINESSES, HISTORICALLY BLACK252.223-7004 DRUG-FREE WORKFORCE (SEP 1988)252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM

(JAN 1994)252.227-7000 NON-ESTOPPEL (OCT 1966)252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)252.232-7006 REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON

FINDING OF FRAUD (AUG 1992)252.242-7000 POSTAWARD CONFERENCE (DEC 1991)252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)252.245-7001 REPORTS OF GOVERNMENT PROPERTY (MAY 1994)252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA

(DEC 1991)

Page 74: NAVFAC Uniform Contract Format Guide

PART II

S E C T I O N I - NEGOTIATED

CONTRACT CLAUSES

Page 75: NAVFAC Uniform Contract Format Guide

PART II - THE SCHEDULE

SECTION I - CONTRACT CLAUSES

************************************************************************NEGOTIATED CONTRACTS

This section includes a listing of a broad range of FAR, DFARS, andNAVFAC clauses for contracting by sealed bid. All the clauses are notapplicable to one particular solicitation and the contract specialistshould determine exactly which clauses apply.

The contracting officer shall give the contractor the full text of anyclause incorporated by reference on request. The full text of thoseclauses which are required to be in full text are not displayed. Theymay be found in the appropriate regulations or NAVFAC clause book.

At the pre-performance conference the successful bidder should be givencopies of key clauses which were incorporated by reference.************************************************************************

TABLE OF CONTENTS

PARA NO. CLAUSE TITLE PAGE

I.1 52.203-9 REQUIREMENT OF PROCUREMENT INTEGRITY -MODIFICATION (SEP 1995) ................ I-

I.2 FAC COMMERCIAL WARRANTY (JUN 1994) ......... I-5252.211-9300

I.3 52.216-18 ORDERING (OCT 1995) .................... I-

I.4 52.216-19 ORDER LIMITATIONS (OCT 1995)............ I-

I.5 52.216-21 REQUIREMENTS (OCT 1995)................. I-

I.6 52.216-22 INDEFINITE QUANTITY (OCT 1995).......... I-

I.7 FAC COMBINATION FIRM FIXED-PRICE/INDEFINITE5252.216-9310 QUANTITY CONTRACT (JUN 1994)............ I-

I.8 FAC ECONOMIC PRICE ADJUSTMENT FOR CHANGES IN5252.216-9314 LANDFILL/DISPOSAL FEES (JUN 1994)....... I-

I.9 FAC OPTION TO EXTEND THE TERM OF THE CONTRACT -5252.217-9301 SERVICES (JUN 1994)..................... I-

Page 76: NAVFAC Uniform Contract Format Guide

PARA NO. CLAUSE TITLE PAGE

I.10 52.220-1 RESERVED................................ I-

I.11 FAC MINIMUM WAGE RATES5252.222-9302 (DEC 1994).............................. I-

I.12 FAC INDIVIDUAL SURETY/SURETIES5252.228-9300 (JUN 1994).............................. I-

I.13 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERALHIRES (MAY 1989)........................ I-

I.14 FAC NOTICE OF BONDING REQUIREMENTS5252.228-9305 (JUN 1994).............................. I-

I.15 DFARS CERTIFICATION OF CLAIMS AND REQUESTS FOR252.233-7000 ADJUSTMENT OR RELIEF (MAY 1995)......... I-

I.16 FAC GOVERNMENT-FURNISHED PROPERTY, MATERIALS5252.245-9300 AND SERVICES (DEC 1994)................. I-

I.17 DFARS TRANSPORTATION OF SUPPLIES BY SEA252.247-7023 (DEC 1991).............................. I-

I.18 252.219-7003 SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS) (NOV 1995)................... I-

I.19 52.252-2 CLAUSES INCORPORATED BY REFERENCE(JUN 1988).............................. I-

Page 77: NAVFAC Uniform Contract Format Guide

SECTION I - CONTRACT CLAUSES

************************************************************************NOTE: Insert those clauses to be included in full text. The full textof those clauses does not appear in this guide. The clauses can befound in the appropriate regulations or NAVFAC Clause book. Renumberclause I.19 below as appropriate.************************************************************************

I.19 FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates the following clauses by reference, withthe same force and effect as it they were given in full text. Uponrequest, the Contracting Officer will make their full text available.

(a) Federal Acquisition Regulation (48 CFR Chapter 1) Clauses:FAR REF. NO. CLAUSE TITLE52.202-1 DEFINITIONS (OCT 1995)52.203-1 RESERVED52.203-3 GRATUITIES (APR 1984)52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)52.203-6 RESTRICTIONS ON SUBCONTRACTORS SALES TO THE GOVERNMENT

(JUL 1995)52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995)52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP

1990)52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN

FEDERAL TRANSACTIONS (JAN 1990)52.207-3 RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991)52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH

CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT(JUL 1995)

52.215-1 RESERVED52.215-22 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1995)

(For negotiated contracts over $500,000)52.215-23 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA

MODIFICATIONS (OCT 1995) (For negotiated contracts over$500,000)

52.215-24 SUBCONTRACTOR COST OR PRICING DATA (OCT 1995) (For negotiatedcontracts over $100,000)

52.215-25 SUBCONTRACTOR COST OR PRICING DATA - MODIFICATIONS (OCT 1995)(For negotiated contracts over $100,000)

52.215-26 INTEGRITY OF UNIT PRICES (OCT 1995)52.215-27 TERMINATION OF DEFINED BENEFIT PENSION PLANS (SEP 1989)52.215-33 ORDER OF PRECEDENCE (JAN 1986)52.217-8 OPTION TO EXTEND SERVICES (AUG 1989)52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984)52.219-7 SMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATIVES

(DoD CONTRACTS)

Page 78: NAVFAC Uniform Contract Format Guide

FAR REF NO. CLAUSE TITLE52.219-8 UTILIZATION OF SMALL, SMALL DISADVANTAGED, AND WOMEN-OWNED

SMALL BUSINESS CONCERNS (OCT 1995)52.219-9 SMALL BUSINESS, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL

BUSINESS SUBCONTRACTING PLAN (ALT I) (OCT 1995)52.219-13 RESERVED52.219-14 LIMITATIONS ON SUBCONTRACTING (JAN 1991)52.219-16 LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995)52.220-3 RESERVED52.220-4 RESERVED52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984)52.222-3 CONVICT LABOR (APR 1984)52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARD ACT-OVERTIME

COMPENSATION (JUL 1995)52.222-6 DAVIS-BACON ACT (FEB 1995)52.222-7 WITHHOLDING OF FUNDS (FEB 1988)52.222-8 PAYROLLS AND BASIC RECORDS (FEB 1988)52.222-9 APPRENTICES AND TRAINEES (FEB 1988)52.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988)52.222-11 SUBCONTRACTS (LABOR STANDARDS) (FEB 1988)52.222-12 CONTRACT TERMINATION--DEBARMENT (FEB 1988)52.222-13 COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS

(FEB 1988)52.222-14 DISPUTES CONCERNING LABOR STANDARDS (FEB 1988)52.222-15 CERTIFICATION OF ELIGIBILITY (FEB 1988)52.222-17 LABOR STANDARDS FOR CONSTRUCTION WORK--FACILITIES CONTRACTS

(FEB 1988)52.222-18 RESERVED52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984)52.222-26 EQUAL OPPORTUNITY (APR 1984)52.222-28 EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS

(APR 1984)52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA

VETERANS (APR 1984)52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984)52.222-37 EMPLOYMENT REPORTS OF SPECIAL DISABLED VETERANS AND VETERANS

OF THE VIETNAM ERA (JAN 1988)52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAR 1989)52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE

ADJUSTMENT (MULTI YEAR AND OPTION CONTRACTS) (MAY 1989)52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE

ADJUSTMENT (MAY 1989)52.223-2 CLEAN AIR AND WATER (APR 1984)52.223-6 DRUG-FREE WORKPLACE (JUL 1990)52.224-1 PRIVACY ACT NOTIFICATION (APR 1984)52.224-2 PRIVACY ACT (APR 1984)52.225-5 BUY AMERICAN ACT - CONSTRUCTION MATERIALS (MAY 1992)52.225-11 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992)

Page 79: NAVFAC Uniform Contract Format Guide

FARNO. CLAUSE TITLE52.226-1 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC

ENTERPRICES52.227-1 AUTHORIZATION AND CONSENT (APR 1984)52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT

INFRINGEMENT (APR 1984)52.228-1 BID GUARANTEE (APR 1984)52.228-2 ADDITIONAL BOND SECURITY (APR 1984)52.228-5 INSURANCE - WORK ON GOVERNMENT INSTALLATION (SEP 1989)52.229-3 FEDERAL, STATE AND LOCAL TAXES (JAN 1991)52.229-6 TAXES--FOREIGN FIXED-PRICE CONTRACTS (JAN 1991)52.230-2 COST ACCOUNTING STANDARDS (AUG 1992)52.230-5 ADMINISTRATION OF COST ACCOUNTING STANDARDS (FEB 1995)52.232-1 PAYMENTS (APR 1984)52.232-8 DISCOUNTS FOR PROMPT PAYMENT (APR 1989)52.232-11 EXTRAS (APR 1984)52.232-17 INTEREST (JAN 1991)52.232-18 AVAILABILITY OF FUNDS (APR 1984)52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986)52.232-25 PROMPT PAYMENT (SEP 1992)52.233-1 DISPUTES (OCT 1995)52.233-3 PROTEST AFTER AWARD (OCT 1995)52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION

(APR 1984)52.237-3 CONTINUITY OF SERVICES (JAN 1991)52.242-13 BANKRUPTCY (JUL 1995)52.243-1 CHANGES-FIXED PRICES (AUG 1987) BASIC CLAUSE, ALTERNATE I AND

ALTERNATE II52.244-1 SUBCONTRACTS (FIXED-PRICED CONTRACTS) (FEB 1995)52.244-5 COMPETITION IN SUBCONTRACTING (APR 1984)52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (ALT I) (DEC 1989)52.245-4 GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984)52.246-20 WARRANTY OF SERVICES (APR 1984)52.248-1 VALUE ENGINEERING (MAR 1989)52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

(SHORT FORM) (APR 1984)52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

(APR 1984)52.249-8 DEFAULT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984)

(b) Defense Federal Acquisition Regulation Supplement Clauses:DFARS REF NO. CLAUSE TITLE252.203-7000 STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER

DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991)252.203-7001 SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993)252.203-7003 PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS

(APR 1992)252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

Page 80: NAVFAC Uniform Contract Format Guide

DFARS REF NO. CLAUSE TITLE252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT

HOLDERS (DEC 1991) (For contracts over $500,000)252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN

GOVERNMENT THAT SUPPORTS TERRORISM (SEP 1995)252.215-7000 PRICING ADJUSTMENTS (DEC 1991)252.215-7001 AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991)

(For contracts over $100,000)252.219-7003 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS

SUBCONTRACTING PLAN (DOD CONTRACTS) (MAY 1994)252.223-7004 DRUG-FREE WORKFORCE (SEP 1988)252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM

(JAN 1994)252.227-7000 NON-ESTOPPEL (OCT 1966)252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)252.232-7006 REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON

FINDING OF FRAUD (AUG 1992)252.242-7000 POSTAWARD CONFERENCE (DEC 1991)252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)252.245-7001 REPORTS OF GOVERNMENT PROPERTY (MAY 1994)252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA

(DEC 1991)

Page 81: NAVFAC Uniform Contract Format Guide

PART III

S E C T I O N J

DOCUMENTS, EXHIBITS, AND OTHERATTACHMENTS

Page 82: NAVFAC Uniform Contract Format Guide

PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

SECTION J: LIST OF ATTACHMENTS

TABLE OF CONTENTS

ATTACHMENT NUMBER TITLE PAGE NO.

J-l Wage Determination No. J- J-C1 Performance Requirements Summary J- J-C2 Scheduled Grounds Maintenance Service (Facilities to be

maintained) J- J-C2.1 Scheduled Pruning/Trimming of Shrubs, Bushes, J-

Hedges and Trees (Facilities to be maintained) J-C2.2 Listing of Fence Line Areas to be Mechanically J-

Cleaned (Facilities to be maintained) J-C2.3 Listing of Buildings and Structures to Receive J-

Herbicide Treatment (Facilities to be maintained) J- J-C__ Government Furnished Facilities J- J-C__ Government Furnished Equipment J- J-C__ Government Furnished Material J- J-C__ Contractor Furnished Items/Materials J- J-C__ Directives J- J-C__ Submittals J- J-C__ Station Regulations J- J-C__ Fire Protection J- J-C__ Environmental Protection J- J-C__ Safety Requirements and Reports J- J-C__ List of Required Records and Reports J- J-C__ Combined Contractor Production Report/Contractor Quality

Control Report J- J-E__ Statistically Extrapolated Surveillance Methods J- J-El Engineered Performance Standards Handbook Pubs J- J-E__ Performance Evaluation Facility Support Contracts

NAVFAC 11300/11 (9-95) J- J-F1 Location of Work J- J-G1 Ordering Officers J- J-G1.1 Sample Delivery Order, DD Form 1155 J- J-G1.2 Sample Modification of Contract Form, SF 30 J- J-G2 Invoicing Instructions J- J-G2.1 Sample Invoice Forms J-

Page 83: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-l

DEPARTMENT OF LABOR WAGE DETERMINATION(S)

************************************************************************************NOTE TO SPECIFICATION WRITER: Choose one of the following.************************************************************************************

Attached is Service Contract Act Wage Determination !INSERT NUMBER!. This determinationspecified the minimum wages and fringe benefits to be paid under this contract.

OR

Attached is Davis-Bacon Act Wage Determination !INSERT NUMBER! and Service Contract ActWage Determination !INSERT NUMBER!. These determinations specify the minimum wages andfringe benefits to be paid under this contract.

OR

Attached is Davis-Bacon Act Wage Determination !INSERT NUMBER!. A Service Contract ActWage Determination has been requested from t he Department of Labor and will be incorporated byamendment upon receipt. These determinations specify the minimum wages and fringe benefits to be paidunder this contract.

Page 84: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C1

PERFORMANCE REQUIREMENTS SUMMARY

The Contract Requirements listed in the attached PRS represent specific tasks which are to be performed under thecontract. The cost of a Contract Requirement includes the costs of all the labor, equipment, materials, fringebenefits, overhead and profit associated with that particular Contract Requirement. Items such as "MaintenanceManagement" are therefore not listed as Contract Requirements as such functions are considered to be included inthe scope of the individual Contract Requirements.

The Performance Requirements associated with each Contract Requirement are as shown in the PRS and include:

a. Work Requirements. A series of work requirements associated with each particular ContractRequirement are listed in column 3 of the PRS. The Work Requirements are typically specified in terms oftimeliness of performance, the quality of the work, and the preparation of documentation associated with aparticular Contract Requirement.

b. Weight. The value of each Work Requirement is specified as a percentage of the ContractRequirement with which it is associated in column 4 of the PRS. The percentages are based on judgment, takinginto account both the costs incurred by the Contractor in carrying out a particular Work Requirement, and thedetriment to the Government if the Work Requirement is not satisfied.

c. Standard of Performance. The Standard of Performance for each Work Requirement is summarizedin column (5) of the PRS by referring to applicable schedules in Section J specifying timeframes for completion andthe paragraph in Section C of the Performance Work Statement.

d. Maximum Allowable Defect Rate (MADR). The Contractor is responsible for maintaining aneffective Quality Control (QC) Program during the course of the contract. The MADR is the measure used toevaluate the Contractor's quality control on a monthly basis. The MADR is the defect rate which if exceededindicates that the Contractor's quality control is unsatisfactory. The MADR for each Work Requirement isspecified in column 6 of the PRS. MADR does not control the level of performance at which deductions are takenfor nonperformance or unsatisfactory work. Deductions are taken for all defects (with allowance for rework asappropriate) even if the MADR is not exceeded.

Page 85: NAVFAC Uniform Contract Format Guide

PERFORMANCE REQUIREMENTS SUMMARY

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3) (4) (5) (6)ITEM CONTRACT WORK WGT STANDARD OF MADRNO REQUIREMENT REQUIREMENT (%) PERFORMANCE

Lawn Area Maint.,Grass Cutting

a. Completed during specifiedperiods and as scheduled

b. Debris removed

15

15

c. Grass Cutting

d. Trimming

002 Lawn Area Maint.,Edging

a. Completed during specifiedperiods and as scheduled

b. Quality edging

c. Vegetation/debris removed

50

20

15

70

15

Attachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9)

Collected prior to cut-ting, removed from sitesame day(Paragraph C.9.a.(l))

Uniform height of 2”,clippings removed from sitesame day, no clippings lefton walks, streets, etc.(Paragraph C.9.a(2)&(4))

Matches height and appear-ance of surrounding mowedarea, no herbicide used(Paragraph C.9.a(3))

Attachment J-C2, Contrac-tor's approved schedule(Paragraph C.9)

Clear zone provided l/2’wide by 1” deep, vegetationremoved from joints/cracks(Paragraph C.9.b)

Debris from edging removedfrom site same day(Paragraph C.9.b)

0 Prcl

0 Prcl

0 Prcl

0 Prcl

3%

3%

3%

Page 86: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS

(1) (2)CONTRACT

NO REQUIREMENT

003 Improved Area

PERFORMANCE REQUIREMENTS

(3) (4) (5) (6)WORK WGT STANDARD OF MADRREQUIREMENT (%) PERFORMANCE

a. Completed during specified 15 2 PrclMaint., Grasscutting

periods and as scheduledAttachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9)

b. Debris removed 15

c. Grass cutting 50

004 Field Area Maint., a. Completed during specifiedGrasscutting periods and as scheduled

d. Trimming

b. Debris removed

c. Grass/vegetation cutting

d. Trimming

20

15

15

50

20

Collected prior to cutting,removed from site same day(Paragraph C.9.c)

Uniform height of 2”, clippings evenly distributed,no windrows, no clippingsleft on walks, streets, etc.(Paragraph C.9.c)

Matches height and appear-ance of surrounding mowed

Paragraph C.9.c)

Attachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9)

Collected prior to cutting,removed from site same day(Paragraph C.9.d)

Uniform height of 4", clippings evenly distributed,no windrows, no clippingsleft on walks, streets, etc.(Paragraph C.9.d)

Matches height and appear-ance of surrounding area(Paragraph C.9.d)

2 Prcl

2 Prcl

2 Prcl

5 Prcl

5 Prcl

5 Prcl

5 Prcl

Page 87: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3) (4) (5) ( 6 ) ITEM CONTRACT WORK WGT STANDARD OF MADRNO REQUIREMENT REQUIREMENT (%) PERFORMANCE

005 Slope Area Maint., a. Completed during specified 15 Attachment J-C2, Contrac- 2 PrclGrass cutting periods and as scheduled

b. Debris removed 15

006 Shrub and BushPruning

d. Trimming

c. Grass/vegetation cutting 50

20

a. Completed during specifiedperiods and as scheduled

15

b. Properly pruned 70

c. Debris/vegetation removed I5

tor’s approved schedule(Paragraph C.9)

Collected prior to cut-ting, removed from sitesame day(Paragraph C.9.e)

2 Prcl

Uniform height of 6”, clippings evenly distributed,no windrows, no clippingsleft on walks, streets, etc.(Paragraph C.9.e)

2 Prcl

Matches height and appear-ance of surrounding area(Paragraph C.9.e)

2 Prcl

Attachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9)

1%

Plant balanced and formed;extraneous dead/diseased &new growth removed, areareduced; doors, windows,walks clear(Paragraph C.9.f)

1%

Debris and pruned vegeta-tion removed from sitesame day(Paragraph C.9.f)

1%

Page 88: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3)ITEM CONTRACT WORKNO REQUIREMENT REQUIREMENT

007 Tree Pruning a. Completed during specified

(4)WGT

(%)

15

(5)STANDARD OFPERFORMANCE

Attachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9)

(6)MADR

periods and as scheduled

b. Properly pruned 70 Tree balanced and formed,dead/diseased/dangerous &obstructed wood removed;sprouts removed,no remaining branchbranch stubs(Paragraph C.9.g)

2%

2%

008 Hedge Trimming

c. Debris/vegetation removed

a. Completed during specifiedperiods and as scheduled

b. Properly trimmed

c. Debris/vegetation removed 15

15

15

70

Debris and pruned vegeta-tion removed from sitesame day(Paragraph C.9.g)

Attachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9)

Plant balanced and formed,extraneous dead/diseased &new growth removed, areareduced, doors, windows,walks clear(Paragraph C.9.h)

Debris and trimmed vegeta-tion removed from sitesame day(Paragraph C.9.h)

2%

3%

3%

3%

Page 89: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS

(1) (2)lTEM CONTRACTNO REQUIREMENT

009 Fertilization

PERFORMANCE REQUIREMENTS

(3) (4) (5) (6)WORK WGT STANDARD OF MADRREQUIREMENT (%) PERFORMANCE

a. Completed during specified 20 Attachment J-C2. Contrac- 0%periods and as scheduled tot’s approved schedule

(Paragraph C.9)

b. Proper application 70

c. Proper material 10

010 Playground SandPlay Area Maint.

a. Completed during specifiedperiods and as scheduled

b. Vegetation/debris removed

c. Properly raked

d. Sand level maintained

10

50

10

30

Proper application rate,uniform application(Paragraph C.9.i)

0%

Correct fertilizer used,proof of manufacturer’sguaranteed analysis(Paragraph C.9.i)

0%

Attachment J-C2, Contrac-tot’s approved schedule(Paragraph C.9)

1 Area

Vegetation mechanicallyremoved, debris removedfrom site same day(Paragraph C.9.j)

1 Area

Surface raked smooth tomatch surrounding areas(Paragraph C.9.j)

1 Area

Proper grade materialadded to maintain uniformdepth of 3”(Paragraph C.9.j)

1 Area

Page 90: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS

(1) (2)ITEM CONTRACTNO REQUIREMENT

011 Fence Line Maint.,Mech. Cleaning

PERFORMANCE REQUIREMENTS

(3)WORKREQUIREMENT

a. Completed during specifiedperiods and as scheduled

(4)WGT(%)

20

(5)STANDARD OFPERFORMANCE

Attachment J-C2, Contrac-tor's approved schedule(Paragraph C.9.k)

(6)MADR

5%

b. Properly cleaned 60

012 Fence Line Maint., a. Completed during specifiedHerbicide Treatmt. periods and as scheduled

c. Vegetation removed

b. Proper application

c. Vegetation removed

d. Proper material

20

20

30

30

20

Vegetation cut from groundarea extending 1’ from eachside of fence, removed fromfence fabric; no herbicide(Paragraph C.9.k)

5%

Vegetation from cleaningremoved from site within3 days(Paragraph C.9.k)

5%

Attachment J-C2, Contrac-tor’s approved schedule(Paragraph C.9.1)

3%

Area extending 6” each sideof fence center line(Paragraph C.9.1)

3%

Vines, brush and similargrowth cut at base of fenceconcurrent with herbicideapplication, removed fromfence fabric, disposed off-site within 3 days(Paragraph C.9.1)

3%

Correct herbicide used(Paragraph C.7.c)

0%

Page 91: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS

(1) (2)CONTRACT

NO REQUIREMENT

013 Herbicide Treatmt..

PERFORMANCE REQUIREMENTS

(3) (4) (5) (6)WORK WGT STANDARD OF MADRREQUIREMENT (%) PERFORMANCE

a. Completed during specified 20 Attachment J-C2, Contrac- 1%Buildings and Structures

periods and as scheduled

b. Proper application 30

c. Vegetation removed 30

d. Proper material

EFINITE QUANTITY REQUIREMENTS

Tree LineTrimming

a. Completed within allowedtime as ordered

b. Tree trimming

c. Vegetation removed

20

30

55

15

1%

tor’s approved schedule(Paragraph C.9.m)

Area extending 4" from baseof exterior wall or structure(Paragraph C.9.m)

1%

Vines, brush and similargrowth cut at base of build-ing or structure concurrentwith herbicide application,removed from site same day(Paragraph C.9.m)

Correct herbicide used(Paragraph C.7.c)

0%

Attachment J-C7(Paragraph C. 10)

Branches/vegetation cutbelow a height of 8’ aboveground level, sucker growthremoved from base of tree(Paragraph C.10.a)

5%

3%

Diseased vegetation removedfrom site same day, othertrimmed vegetation disposedon-site per Contracting Ofcr.(Paragraph C.1O.a)

3%

Page 92: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS

(1) (2)ITEM CONTRACTNO REQUIREMENT

015 Tree Removal

PERFORMANCE REQUIREMENTS

(3) (4)WORK WGTREQUIREMENT (%)

a. Completed within allowed 40

40

(5)STANDARD OFPERFORMANCE

Attachment J-C7(Paragraph C. 10)

Trees, stumps and aboveground roots removed 6”below ground level, un-necessary ground disrup-tion/stump holes filled,raked, fertilized, seeded(Paragraph C.1O.b)

(6)MADR

time as ordered

b. Tree removal

c. Tree disposal 20 All debris removed fromsite same day(Paragraph C.1O.b)

016 Emergent Tree/ a. Completed within allowedLimb Removal time as ordered

40 Attachment J-C7(Paragraph C.10.c)

b. Tree/limb removal 40 Unstable/damaged/dangeroustrees or limbs removed torestore safe condition,ground surface damagerepaired(Paragraph C.10.c)

c. Tree/limb disposal 20 All debris removed fromsite same day(Paragraph C.10.c)

5%

5%

5%

0%

0%

0%

Page 93: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3)ITEM CONTRACT WORKNO REQUIREMENT REQUIREMENT

017 Stumps and Above a. Completed within allowed

(4)WGT(%)

20

(5)STANDARD OFPERFORMANCE

Attachment J-C7

(6)MADR

10%Ground RootRemoval

time as ordered

b. Stump/root removal 60

018 Grassing

c. Stump/root disposal

a. Completed within allowedtime as ordered

b. Quality grassing

c. Quality materials

20

20

40

40

(Paragraph C.10)

Stumps/roots removed 6”below grade, unnecessaryground disruption, stumphole filled, fertilized,raked, and seeded(Paragraph C.10.d)

10%

Removed from site same day(Paragraph C.1O.d)

10%

Attachment J-C7(Paragraph C.10)

5%

Filled with 2” topsoil orscarified 1”, graded,raked, fertilized, seeded,mulched, and watered(Paragraph C.10.e)

5%

Correct seed. fertilizer,and topsoil used, proof ofmanufacturer’s guaranteedanalysis (seed, fertilizer)(Paragraph C.7)

0%

Page 94: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3) (4) (5) (6)ITEM CONTRACT WORK WGT STANDARD OF MADRNO REQUIREMENT REQUIREMENT (%) PERFORMANCE

019 Liming a. Completed within allowed 20 Attachment J-C7 10%

020 Soil TestSampling

time as ordered

b. Proper application 40

c. Quality materials

a. Completed within allowedtime as ordered

b. Proper sampling

c. Report submitted

40

20

40

40

(Paragraph C.10

Proper application rateindicated by soil analysisresults, uniform application(Paragraph C.10.f)

5%

Correct type of lime used,proof of manufacturer'sguaranteed analysis(Paragraph C.7.f)

0%

Attachment J-C7(Paragraph C.10)

10%

Correct sampling and pac-kaging procedure per VACooperative ExtensionService(Paragraph C.1O.g)

0%

Soil test report providedto Contracting Officerupon receipt(Paragraph C.1O.g)

0%

Page 95: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3) (4) (5) (6)ITEM CONTRACT WORK WGT STANDARD OF MADRNO REQUIREMENT REQUIREMENT (%) PERFORMANCE

021 Shrub a. Completed within allowed 20 Attachment J-C7 5%Establishment time as ordered

b. Proper planting 40

022 TreeEstablishment

c. Quality plants

a. Completed within allowedtime as ordered

b. Proper planting

c. Quality plants

40

20

40

40

(Paragraph C. 10)

Per accepted nursery stan-dards, incl. fertilization,mulching, and watering(Paragraph C.1O.h)

0%

Nursery grown, identifica-tion certification, healthy,living specimens, No.! grade,3 gallon size(Paragraph C.7.g)

0%

Attachment J-C7(Paragraph C.10)

5%

Per accepted nursery stan-dards, incl. fertilization,mulching, watering, guyingand staking in 3 directions(Paragraph C.1O.i)

0%

Nursery grown, identifica-tion certification, healthy,living specimens, No. 1 grade,3” DBH

0%

(Paragraph C.7.g)

Page 96: NAVFAC Uniform Contract Format Guide

CONTRACT REQUIREMENTS PERFORMANCE REQUIREMENTS

(1) (2) (3)ITEM CONTRACT WORKNO REQUIREMENT REQUIREMENT

(4)WGT

(%)

(5)STANDARD OF

PERFORMANCE

(6)MADR

023 Plant BedCultivation andMulching

a. Completed within allowedtime as ordered

10 Attachment J-C7(Paragraph C.10)

3%

b. Proper cultivation 50 Distance from plant basenot less than 18”, depth2”, grass/debris removed(Paragraph C.1O.j)

3%

c. Proper mulching 40 Correct type of mulch tominimum depth of 3”(Paragraph C.7.e)

3%

Note: Prcl - Parcel

Page 97: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C2SCHEDULED GROUNDS MAINTENANCE SERVICES

(Facilities to be Maintained)PRSItem Contract Requirement Frequency001 Lawn Area Maintenance, 1 April thru 31 October

Grass Cutting Weekly, 6 to 8 calendar dayintervals (30 total cuttings)

002 Lawn Area Maintenance, 1 April thru 31 October Edging Monthly, 28 to 32 calendar day

intervals (7 total occurrences)

003 Improved Area Maintenance, 1 April thru 31 October Grass Cutting Biweekly, 13 to 15 calendar day

intervals (15 total cuttings)

004 Field Area Maintenance, 1 April thru 31 October Grass Cutting Triweekly, 19 to 23 calendar day

intervals (10 total cuttings)

005 Slope Area Maintenance, 1 April thru 31 October Grass Cutting Monthly, 28 to 32 calendar day

intervals (7 total cuttings)

006 Shrub and Bush Pruning June (and September)See Attachment J-C2.1

007 Tree Pruning June (and September)See Attachment J-C2.1

008 Hedge Trimming June (and September)See Attachment J-C2.1

009 Fertilization 15 September thru 30 OctoberOne occurrence

010 Playground Sand Play Area 1 April thru 30 October Maintenance Monthly, 28 to 32 calendar day

intervals (7 total occurrences)

011 Fence Line Maintenance, May and August Mechanical Cleaning Two occurrences

012 Fence Line Maintenance, May and August Herbicide Treatment Two applications

013 Herbicide Treatment, May and August Buildings and Structures Two applications

Page 98: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C2.1SCHEDULED PRUNING/TRIMMING OF SHRUBS, BUSHES, HEDGES AND TREES

(Facilities to be Maintained) Shrubs/Bushes Hedges TreesArea/Bldg./Location (EA) (LF) (EA)Bldg. 16, Missile Park.....................................................4..........................................4Bldg. 18.........................................................................19..........................................4Bldg. 31.........................................................................32*..................125*.............19Bldg. 31B.........................................................................1......................................... 4Bldg. 58.........................................................................14...................125..................3Bldg. 107.........................................................................6Bldg. 306........................................................................11........................................14Bldg. 354..........................................................................8..........................................4Bldg. 380A.......................................................................3..........................................7Bldg. 380B.....................................................................10..........................................4Bldg. 446.........................................................................5.......................................... 4Bldg. 466.......................................................................10.....................24..................4Bldg. 663........................................................................ 3...........................................2Bldg. 702.......................................................................66...........................................8Bldg. 703.........................................................................8...........................................6Bldg. 704.......................................................................12...........................................8Bldg. 705.......................................................................13.........................................10Bldg. 706.........................................................................6...........................................7Bldg. 707.......................................................................15...........................................7Bldg. 1344.......................................................................4...........................................1Bldg. 1794.....................................................................45...........................................8Bldg. 1806.....................................................................26...........................................7Bldg. 1808.....................................................................56Bldg. 1822.......................................................................1Bldg. 1868.....................................................................37.....................61................40Bldg. 1959....................................................................15............................................5Gate No. 1....................................................................................................................9Gate No. 2..............................................................................................20..................5Main Road from Bldg. 663 to Bldg. 380B...................................................................40 (both sides of roadway)Area adjacent to Bldg. 7...............................................58............................................1Grounds Maintenance Area No. 91.........................2,930*.......................................483 (232 housing units)Kirkpatrick Park...........................................................2...........................................25Quarters "A"...............................................................20*.................1,000*.............15

TOTALS (one occurrence/year) 3,460 1,335 758Notes: (1) All locations listed above to receive services once each year (Jun). (2) Locations indicated (*) to receive services twice each year (Jun/Sep).

Page 99: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C2.2

FENCE LINE AREAS TO BE MECHANICALLY CLEANED

The Contractor shall mechanically remove vegetation from fence lines at the following locations (includingwaterways):

AREA LOCATION MAP NUMBER LF

1 Adjacent to Colonial Parkway and Gate #6 2 400

1 Adjacent to Colonial Parkway and Gate #8 2 600

1 Adjacent to Colonial Parkway 3 1,600

10 Adjacent to Colonial Parkway and Officers' 4 1,400Quarters

11 Adjacent to Colonial Parkway 4 800

25 Corral Fencing 7 2,000

10 Adjacent to Officers' Quarters 7 600

24/25 Corral Fencing 10 3,200

54 Adjacent to Bldg. 1463 and Colonial Parkway 11 800

TOTAL LENGTH OF FENCING TO BE MECHANICALLY CLEANED 11,400

NOTE: Linear feet of fencing was determined by planimeter readings and computation. Degree of accuracy is estimated at within 2.5%.

Page 100: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C2.3

LISTING OF BUILDINGS AND STRUCTURES TO RECEIVE HERBICIDE TREATMENT

BUILDING LF STRUCTURE LF

221 190 Fire Hydrants 8 222 190 Poles 180 223 190 Signs/Misc. 695 224 190 225 190 226 190 227 190 774 285 775 285 776 285 777 285 778 285 779 285 780 285 781 3,081 782 3,081 783 3,081 784 80 785 41 786 184 787 961865 1101962 68

Page 101: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C__

DIRECTIVES

The directives and manuals listed in this attachment provide information concerning various authorizations,limitations, and approvals. The provisions of the directives listed herein shall be strictly adhered to. Copies may beobtained from: Superintendent of Documents, U. S. Government Printing Office, Washington, DC 20402.

GROUNDS MAINTENANCE:

NAVFAC M0-100, Natural Resources Land Management

SECURITY:

DOD 5220.22M, Industrial Security Manual for Safeguarding Classified Information

DOD 5220.22R, Industrial Security Regulations

Page 102: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C__

STATION REGULATIONS

The Contractor shall comply with all applicable Station regulations and shall take measures as required tofamiliarize his personnel with the provisions of pertinent regulations. A complete list of effective Instructions is available. The Contractor is specifically notified of the followinginstructions:

a. 3141.1G Establishment of Snow Conditions and Coordinating Related Policy dated __________

b. 3301.1B Emergency Action Plan dated __________

c. 3440.16 Disaster Preparedness Plan dated __________

d. 4101.1A Energy Management Program dated __________

e. 4235.3B Coffee Messes dated __________

f. 4700.1H Procedures for Requesting Public Works Services dated __________

g. 5070.1F General and Technical Libraries dated __________

h. 5100.4D Safety and Occupational Health Manual dated __________

i. 5355.1A Drug and Alcohol Abuse Prevention and Control dated __________

j. 5370.1F Standards of Conduct dated __________

k. 5510.5G Physical and Loss Prevention Manual dated __________

l. 5510.16C Searches, Seizures, and Disposition of Property Seized andWithheld as Evidence dated __________

m. 11320.3D Fire Protection and Fire Prevention Manual dated __________

n. 12610.2A Hours of Work and Overtime dated __________

o. 12713.3B Equal Employment Opportunity (EEO) Program, Policy, Organizationand Responsibilities for dated __________

Page 103: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C__

FIRE PROTECTION

1. The Contractor shall comply with the requirements contained in the following documents:

a. NAVWPNSTA Yorktown Fire Prevention Instruction 11320.3D

b. OSHA Health and Safety Standards

c. Department of the Army - Corps of Engineers EM 385 1-1, General Safety Requirements

2. Copies of Instruction 11320.3D shall be obtained from the Naval Weapons Station Fire Prevention Office. TheContractor and his personnel shall familiarize themselves with the provisions of this instruction document on behalfof ascertaining compliance. Attention is specifically called to provisions relative to sprinkler systems, storage ofcombustibles, smoking regulations, battery charging areas, and welding and cutting.

3. The Contractor shall furnish his own portable fire extinguishers as required to comply with the Fire Departmentinstructions. Extinguishers in buildings shall not be removed from their location or used for any purpose other thanfire.

4. Fire hydrants shall not be used without special permission from the Public Works Department and the FireDepartment. No valves on the central water system shall be activated without the permission of the Public WorksDepartment.

5. The following telephone numbers apply:

a. EMERGENCY - 4333

b. Fire Alarm Headquarters - 7343

c. Fire Prevention Office - 7344

d. Public Works Office - 4900

Page 104: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C__

ENVIRONMENTAL PROTECTION

The Contractor shall comply with the requirements contained in the following documents:

OPNAVINST 5090.1B

Environmental and Natural Resources Protection Manual dated ___________

Page 105: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C___

SAFETY REQUIREMENTS

The Contractor shall comply with requirements contained in the following:

1. DA EM 385 1-1, General Safety Requirements dated ____________

2. Occupational Safety and Health Administration (OSHA) Standards dated ____________

3. 29 CFR 1910, General Industry Standards dated ____________

4. 29 CFR 1925, Safety and Health Standards for Service Contracts dated ____________

5. National Fire Protection Association (NFPA) Regulations dated ____________

6. U. S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385 1-1, dated 1 October1987

7. NFPA 70, National Electrical Code (NEC) dated ____________

8. NWS 5100.4D, Safety and Occupational Health Manual dated ____________

9. All personnel working in or around mowing equipment must wear ANSI Z41-83 approved safety toefootwear.

10. Personnel working around equipment during operations shall wear safety glasses.

Page 106: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C_

COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTORQUALITY CONTROL REPORT

J - 1 3

Page 107: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C_

COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTORQUALITY CONTROL REPORT (Cont’d)

Page 108: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C_

COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTORQUALITY CONTROL REPORT (Cont’d)

Page 109: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-C_

COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTORQUALITY CONTROL REPORT (Cont’d)

J - 1 6

Page 110: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-E1ENGINEERED PERFORMANCE STANDARDS

HANDBOOK PUBLICATIONS

Handbook Pub Date Navy Pub# Army Pub# AF Pub#Engineer's Manual 1963 P-700 TB-420-1 AFM-85-40P-E's Instructor's Manual 1987 P-700.1 TB-420-31 AFM-85-57P-E's Class Exercises Workbook 1987 P-700.2 TB-420-32 AFM-85-58P-E's Deskguide 1987 P-701.0 TB-420-2 AFM-85-41Carpentry 1982 P-702.0 TB-420-4 AFM-85-42Electric, Electronic 1982 P-703.0 TB-420-6 AFM-85-43Heating, Cooling, Ventilating 1982 P-704.0 TB-420-8 AFM-85-44Service (Formerly E/S) 1984 P-705.0 TB-420-30 AFM-85-55Janitorial & Custod'l Services 1981 P-706.0 TB-420-10 AFM-85-45Machine Shop, Machine Repairs 1983 P-707.0 TB-420-12 AFM-85-46Masonry 1980 P-708.0 TB-420-14 AFM-85-47Moving, Rigging 1981 P-709.0 TB-420-16 AFM-85-48Paint 1984 P-710.0 TB-420-18 AFM-85-49Pipefitting, Plumbing 1983 P-711.0 TB-420-20 AFM-85-50Roads, Grounds, Pest Control &Refuse Collection 1984 P-712.0 TB-420-22 AFM-85-51Sheet Metal, Structural Iron &Welding 1984 P-713.0 TB-420-24 AFM-85-52Trackage 1979 P-714.0 TB-420-26 AFM-85-53Wharfbuilding 1979 P-715.0 TB-420-28 AFM-85-54Unit Price Standards (UPS) 1983 P-716.0 TB-420-33 AFM-85-56Preventive/Recurring Maint. 1987 P-717.0 TB-420-34 AFM-85-59

Publications are available from:

Air Force Air Force Publication Distribution Center 2800 Eastern Boulevard Baltimore, MD 21220 (Via Activity's Publication Distribution Office)

Army U.S. Army AG Publication Center 1655 Woodson Road St. Louis, MO 63114

Navy Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 DSN: 442-3321 (For current stock number call: DSN: 442-2626)

General Superintendent of Documents U.S. Government Printing Office Washington, DC 20402 (202) 783-3238

Page 111: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-E

STATISTICALLY EXTRAPOLATED SURVEILLANCE METHODS

*************************************************************************************************NOTE TO SPECIFICATION WRITER: This attachment shall be included in all specifications. The user mustadd to this attachment the "Table of Sample Sizes" for both Normal and Minimum Sampling Levels, and the "Tableof Adjustment Factors for Random Sampling" from the NAVFAC MO-327.*************************************************************************************************

1. The Government reserves the right to start surveillance using RSED at any time during the contract, todiscontinue the use of RSED, and to resume the use of RSED without notice to the Contractor. The Governmentwill use the attached tables entitled "Table of Sample Sizes for Normal Sampling Levels" and "Table of SampleSizes for Minimum Sampling Levels" to determine sample sizes for RSED. The "Table of Sample Sizes forMinimum Sampling Levels" represents the minimum sample sizes the Government will use for extrapolation. TheContracting Officer may increase the size of the samples to that of the "Table of Sample Sizes for NormalSampling Levels" or greater at his or her discretion.

2. The Maximum Allowable Defect Rate (MADR) is the defect rate specified for each work requirement in column6 of the Performance Requirements Summary (PRS). A defect rate which exceeds the MADR is an indicator thatthe Contractor's quality control program may be unsatisfactory. The MADR does not represent a threshold abovewhich payment deductions are taken. Deductions are taken for all defects (with credit for rework to the extentappropriate) irrespective of whether the MADR was exceeded or not. When a defect rate exceeds the MADR, theContractor will be notified and appropriate administrative actions will be taken in addition to the paymentdeductions discussed above. The MADR for each work requirement is shown in the PRS Table in Attachment J-E .

3. The following example shows how to calculate the Contractor's payment when RSED is applied forsureveillance. It is based on a contract requirement for services containing the following work requirements:Timely Completion (weight 15%), Quality of Work (weight 75%), and Complete Documentation(weight 10%) witha total price per service of $70.00 with 1,000 services required during the billing period. Actual workrequirements and weights are included in the PRS Table, Attachment J-E .

Page 112: NAVFAC Uniform Contract Format Guide

EXAMPLE PAYMENT CALCULATION WHEN RSED IS USED

WORK REQUIREMENTS

TIMELY QUALITY COMPLETE COMPLETION WORK DOCUMENTATIONSERVICES 15% 10% 75%

a. Price for work requirement $10,500.00 $52,500.00 $7,000.00b. Number svs during billing pd $ 1,000.00 $ 1,000.00 $1,000.00c. Price per service (a/b) $ 10.50 $ 52.50 $ 7.00d. Number of services sampled 178 178 178 (as desired by Gov't)e. Observed unsats in sample 12 10 3f. Observed Defect Rate (e/d) 6.74% .62% 1.68%g. Adjustment Factor * 1.17% 1.09% .64%h. Defect Rate (f-g) 5.57% 4.53% 1.04%i. Number of extrapolated svs

(b x h as whole number) 55 45 10j. Observed unsats outside sample 7 6 12k. Svs satisfactorily reworked by Contractor (at the Govt's option) N/A 12 0l. Svs reworked by Gov't or others N/A 0 0 m. Total number of svs to be deducted at Schedule of Deductions Price (i - k - l) 55 33 10n. Extrapolated Deductions (c x m) $ 577.50 $ 1,732.50 $ 70.00o. Deductions for cost of Gov't rework $ 0 $ 0 $ 0p. Liquidated Damages for Contractor rework ** ( % x c x (e + j - l))*** $ 19.95 $ 84.00 $ 10.50q. Liquidated Damages for Govt rework ** ( % x o)*** $ 0 $ 0 $ 0r. Total payment deductions (n + o + p + q) $ 597.45 $ 1,816.50 $ 80.50

* From the attached "Adjustment Factors for Random Sampling" table.** Calculated in accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E.*** The administrative penalties percentages are to be determined on a case-by-case basis.

Page 113: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-E-

PERFORMANCE EVALUATION - FACILITY SUPPORT CONTRACTS

J - 1 8

Page 114: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-E_

PERFORMANCE EVALUATION - FACILITY SUPPORT CONTRACTS(Cont’d)

J - 1 9

Page 115: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-F1

LOCATION OF WORK

Page 116: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-G1

ORDERING OFFICERS

The Ordering Officers with authority to approve issuance of Delivery Orders are as follows:

Page 117: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-G1.l

SAMPLE DELIVERY ORDER, DD FORM 1155

J - 2 2

Page 118: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-G1.2

SAMPLE MODIFICATION OF CONTRACT FORM, SF 30

J-23

Page 119: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-G2

INVOICING INSTRUCTIONS

1. The Contractor shall submit invoices (bills) for supplies, work or services to:

The Contracting Officer

2. INVOICES:

a. An invoice is a written request for payment under the contract for supplies delivered or forservices rendered. In order to be proper, an invoice must be marked "INVOICE" and include, asapplicable, the following:

(1) Invoice date;

(2) Name of Contractor;

(3) Contract number (including order number, if any), contract line item number, contractdescription of supplies or services, quantity, contract unit of measure and unit price, andextended total;

(4) Name and address to which payment is to be sent (which must be the same as that in thecontract or on a proper notice of assignment);

(5) Any other information or documentation required by other provisions of the contract,including but not limited to:

(a) Yearly Work Schedule

(b) Accurate Monthly Work Plan (MWP) for the following, month of performance

(c) Annual Herbicide Management Plan

(d) Tree pruning experience

(e) Herbicide Applicator Certificate(s)

(f) Accurate NAVFAC 6250/3, Herbicide Management Report

(g) Soil Test Report(s)

One original and two copies of the invoice shall be prepared and submitted monthly.

Page 120: NAVFAC Uniform Contract Format Guide

ATTACHMENT J-G2 (Cont'd.)

3. An original signature of a representative of the Contractor is required on the invoice.

4. All offers of discounts appearing on the Contractor's invoice, no matter how affixed, and regardless of the typeof purchase, shall be considered in this appendix.

5. Supporting documents:

a. The Contractor shall attach proof of receipt and acceptance of supplies, work, or services to the invoicefor payment. Unsupported invoices will be returned to the Contractor.

b. Copies of Contractor's inspection reports, warranties, etc., applicable to invoiced items, shall besubmitted with the invoice.

6. Form 4-4235/4 (Affidavit) - One (1) original.

7. Contractor's Release, NAVFAC Form 4330/7, shall be executed in triplicate (all "wet" signatures) andsubmitted with the request for final payment.

8. If an invoice does not contain all criteria required by these instructions, the invoice will be returned to theContractor for proper execution and resubmission.

Page 121: NAVFAC Uniform Contract Format Guide

PART IV

S E C T I O N K - SEALED BIDDING

REPRESENTATIONS AND CERTIFICATIONS

Page 122: NAVFAC Uniform Contract Format Guide

PART IV - GENERAL INSTRUCTION

SECTION K

REPRESENTATIONS, CERTIFICATIONS AND OTHERSTATEMENTS OF BIDDERS

************************************************************************SEALED BIDDING

NOTE: The provisions listed below are for sealed bidding. The contentof the provisions listed are not shown. However, the provisions listedshall be contained in the solicitation in full text.************************************************************************

TABLE OF CONTENTS

PARA PROVISION NO. NO. TITLE PAGEK.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE

DETERMINATION (APR 1985) ............... K-

K.2 52.203-4 CONTINGENT FEE REPRESENTATION AND AGREEMENT(APR 1984).............................. K-

K.3 52.203-8 REQUIREMENT FOR CERTIFICATE OF PROCUREMENTINTEGRITY (SEP 1995) ................... K-

K.4 52.203-11 CERTIFICATION AND DISCLOSURE REGARDINGPAYMENTS TO INFLUENCE CERTAIN FEDERALTRANSACTIONS (APR 1991) ................ K-

K.5 52.204-3 TAXPAYER IDENTIFICATION NUMBER (MAR 1994) K-

K.6 52.209-5 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, PROPOSED DEBARMENT, AND OTHER

RESPONSIBILITY MATTERS (MAY 1989) ...... K-

K.7 FAC ORGANIZATIONAL CONFLICTS OF INTEREST5252.209-9300 (JUN 1994).............................. K-

K.8 DFARS DISCLOSURE OF OWNERSHIP OR CONTROL BY THE252.209-7001 GOVERNMENT OF A TERRORIST COUNTRY

(SEP 1994).............................. K-

K.9 52.214-2 TYPE OF BUSINESS ORGANIZATION - SEALEDBIDDING (JUL 1987) ..................... K-

Page 123: NAVFAC Uniform Contract Format Guide

PARA PROVISION NO. NO. TITLE PAGEK.10 52.214-16 MINIMUM BID ACCEPTANCE PERIOD (APR 1984) K-

K.11 52.219-1 SMALL BUSINESS CONCERN REPRESENTATION(OCT 1995) ............................. K-

K.12 52.219-2 EQUAL LOW BIDS (OCT 1995)............... K-

K.13 52.219-3 RESERVED

K.14 52.219-19 SMALL BUSINESS CONCERN REPRESENTATION FORTHE SMALL BUSINESS COMPETITIVENESSDEMONSTRATION PROGRAM (JUL 1991)........ K-

K.15 52.219-21 SMALL BUSINESS SIZE REPRESENTATION FORTARGETED INDUSTRY CATEGORIES UNDER THE SMALLBUSINESS COMPETITIVE PROGRAM (JAN 1991) . K-

K.16 DFARS SMALL DISADVANTAGED BUSINESS CONCERN252.219-7000 REPRESENTATION (APR 1994) .............. K-

K.17 DFARS NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE252.219-7001 WITH PREFERENTIAL CONSIDERATION FOR SMALL

DISADVANTAGED BUSINESS CONCERNS (MAY 1995)K-

K.18 DFARS NOTICE OF EQUAL PREFERENCE FOR SMALL252.219-7006 DISADVANTAGED BUSINESS CONCERNS

(MAY 1995).............................. K-

K.19 52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES(APR 1984) ............................. K-

K.20 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS(APR 1984) ............................. K-

K.21 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) K-

K.22 52.223-1 CLEAN AIR AND WATER CERTIFICATION(APR 1984) ............................. K-

K.23 52.223-5 CERTIFICATION REGARDING A DRUG-FREEWORKPLACE (JUL 1995) ................... K-

K.24 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASEREPORTING (OCT 1995).................... K-

K.25 DFARS BUY AMERICAN ACT - BALANCE OF PAYMENTS252.225-7000 PROGRAM CERTIFICATE (JAN 1994) ......... K-

Page 124: NAVFAC Uniform Contract Format Guide

PARA PROVISION NO. NO. TITLE PAGEK.26 DFARS NOTICE OF HISTORICALLY BLACK COLLEGE OR

52.226-7001 UNIVERSITY AND MINORITY INSTITUTIONSSET-ASIDE(APR 1984)..................... K-

K.27 DFARS REPRESENTATION OF EXTENT OF TRANSPORTATION252.247-7022 BY SEA (AUG 1992)....................... K-

Page 125: NAVFAC Uniform Contract Format Guide

PART IV

S E C T I O N K - NEGOTIATED

REPRESENTATIONS AND CERTIFICATIONS

Page 126: NAVFAC Uniform Contract Format Guide

PART IV - GENERAL INSTRUCTION

SECTION K

REPRESENTATIONS, CERTIFICATIONS AND OTHERSTATEMENTS OF BIDDERS

**********************************************************************NEGOTIATED

NOTE: The provisions listed below are for negotiated procurements. The content of the provisions listed are not shown. However, theprovisions listed shall be contained in the solicitation in full text.**********************************************************************

TABLE OF CONTENTS

PARA PROVISION NO. NO. TITLE PAGEK.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE

DETERMINATION (APR 1985) .............. K-

K.2 52.203-4 CONTINGENT FEE REPRESENTATION AND AGREEMENT(APR 1984)............................. K-

K.3 52.203-8 REQUIREMENT FOR CERTIFICATE OF PROCUREMENTINTEGRITY (SEP 1995) .................. K-

K.4 52.203-11 CERTIFICATION AND DISCLOSURE REGARDINGPAYMENTS TO INFLUENCE CERTAIN FEDERALTRANSACTIONS (APR 1991) ............... K-

K.5 52.204-3 TAXPAYER IDENTIFICATION NUMBER (MAR 1994) K-

K.6 52.209-5 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, PROPOSED DEBARMENT, AND OTHER

RESPONSIBILITY MATTERS (MAY 1989) ..... K-

K.7 FAC ORGANIZATIONAL CONFLICTS OF INTEREST5252.209-9300 (JUN 1994).............................. K-

K.8 DFARS DISCLOSURE OF OWNERSHIP OR CONTROL BY THE252.209-7001 GOVERNMENT OF A TERRORIST COUNTRY

(SEP 1994)............................. K-

Page 127: NAVFAC Uniform Contract Format Guide

PARA PROVISION NO. NO. TITLE PAGEK.9 52.215-6 TYPE OF BUSINESS ORGANIZATION (JUL 1987) .. K-

K.10 52.215-11 AUTHORIZED NEGOTIATORS (APR 1984) ..... K-

K.11 52.215-19 PERIOD OF ACCEPTANCE OF OFFER (APR 1984).. K-

K.12 52.219-1 SMALL BUSINESS CONCERN REPRESENTATION(FEB 1995) ............................ K-

K.13 52.219-19 SMALL BUSINESS CONCERN REPRESENTATION FORTHE SMALL BUSINESS COMPETITIVENESSDEMONSTRATION PROGRAM (JUL 1991) ...... K-

K.14 52.219-21 SMALL BUSINESS SIZE REPRESENTATION FORTARGETED INDUSTRY CATEGORIES UNDER THE SMALLBUSINESS COMPETITIVE PROGRAM (JAN 1991) ... K-

K.15 DFARS SMALL DISADVANTAGED BUSINESS CONCERN252.219-7000 REPRESENTATION (APR 1994) ............. K-

K.16 DFARS NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE252.219-7001 WITH PREFERENTIAL CONSIDERATION FOR SMALL

DISADVANTAGED BUSINESS CONCERNS (MAY 1995). K-

K.17 DFARS NOTICE OF EVALUATION PREFERENCE FOR SMALL252.219-7006 DISADVANTAGED BUSINESS CONCERNS (MAY 1995). K-

K.18 52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES(APR 1984) ............................ K-

K.19 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS(APR 1984) ............................ K-

K.20 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) . K-

K.21 52.223-1 CLEAN AIR AND WATER CERTIFICATION(APR 1984) ............................ K-

K.22 52.223-5 CERTIFICATION REGARDING A DRUG-FREEWORKPLACE (JUL 1995) .................. K-

K.23 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASEREPORTING (OCT 1995)................... K-

K.24 DFARS BUY AMERICAN ACT AND BALANCE OF PAYMENTS252.225-7000 PROGRAM (JAN 1994) .................... K-

Page 128: NAVFAC Uniform Contract Format Guide

PARA PROVISION NO. NO. TITLE PAGEK.25 DFARS NOTICE OF HISTORICALLY BLACK COLLEGE OR

252.226-7001 UNIVERSITY AND MINORITY INSTITUTIONSSET-ASIDE(APR 1994).................... K-

K.26 DFARS REPRESENTATION OF EXTENT OF TRANSPORTATION252.247-7022 BY SEA (AUG 1992)...................... K-

Page 129: NAVFAC Uniform Contract Format Guide

PART IV

S E C T I O N L - SEALED BIDDING

INSTRUCTIONS, CONDITIONS ANDNOTICES TO BIDDERS

Page 130: NAVFAC Uniform Contract Format Guide

PART IV - GENERAL INSTRUCTION

SECTION L

INSTRUCTIONS, CONDITIONS AND NOTICESTO BIDDERS

**********************************************************************SEALED BID

NOTE: The provisions listed below are for sealed bidding. Provisions52.214-1, -3, -4, -5, -6, -7, -9, -10, and -12 may be included byreference. If no provisions are included by reference, delete provision52.252-1.**********************************************************************

TABLE OF CONTENTS

PARA PROVISION NO. NO. TITLE PAGE

L.1 DFARS COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE252.204-7001 REPORTING (DEC 1991) ................... L-

L.2 52.210-2 RESERVED

L.3 DFARS AVAILABILITY OF SPECIFICATIONS AND STANDARDS252.210-7001 NOT LISTED IN THE DODISS, DATA ITEM

DESCRIPTIONS NOT LISTED IN DOD DIRECTIVE5010.12L, AND PLANS, DRAWINGS, AND OTHERPERTINENT DOCUMENTS (DEC 1991).......... L-

L.4 DFARS AVAILABILITY FOR EXAMINATION OF252.210-7002 SPECIFICATIONS STANDARDS, PLANS, DRAWINGS,

DATA ITEM DESCRIPTIONS, AND OTHER PERTINENTDOCUMENTS (DEC 1991).................... L-

L.5 52.214-1 SOLICITATION DEFINITIONS - SEALED BIDDING(JUL 1987) ............................. L-

L.6 52.214-3 AMENDMENTS TO INVITATIONS FOR BIDS(DEC 1989) ............................ L-

L.7 52.214-4 FALSE STATEMENTS IN BIDS (APR 1984)..... L-

L.8 52.214-5 SUBMISSION OF BIDS (JUL 1995) .......... L-

Page 131: NAVFAC Uniform Contract Format Guide

PARA PROVISION NO. NO. TITLE PAGE

L.10 52.214-6 EXPLANATION TO PROSPECTIVE BIDDERS(APR 1984).............................. L-

L.11 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, ANDWITHDRAWALS OF BIDS (JUL 1995).......... L-

L.12 52.214-9 FAILURE TO SUBMIT OFFER (JUL 1995)...... L-

L.13 52.214-10 CONTRACT AWARD - SEALED BIDDING (JUL 1990). L-

L.14 52.214-12 PREPARATION OF BIDS (APR 1984).......... L-

L.15 52.214-17 AFFILIATED BIDDERS (APR 1984)........... L-

L.16 FAC SITE VISITATION5252.214-9304 (JUN 1994).............................. L-

L.17 52.216-1 TYPE OF CONTRACT (APR 1984)............. L-

L.18 52.222-24 PRE-AWARD ON-SITE EQUAL OPPORTUNITYCOMPLIANCE REVIEW (APR 1984)............ L-

L.19 52.233-2 SERVICE OF PROTEST (OCT 1995)........... L-

L.20 52.237-1 SITE VISIT (APR 1984)................... L-

L.21 FAC SUBSTITUTIONS OF KEY PERSONNEL5252.237-9301 (JUN 1994) ............................. L-

L.22 52.252-1 SOLICITATION PROVISIONS INCORPORATED BYREFERENCE (JUN 1988) ................... L-

Page 132: NAVFAC Uniform Contract Format Guide

************************************************************************NOTE: For conversions from in-house to contractor operations, add thefollowing to section L.************************************************************************

PARA PROVISION NO. NO. TITLE PAGE

L.23 52.207-1 NOTICE OF COST COMPARISON (SEALED BIDDING(FEB 1993) ............................. L-

Page 133: NAVFAC Uniform Contract Format Guide

PART IV

S E C T I O N L - NEGOTIATED

INSTRUCTIONS, CONDITIONS ANDNOTICES TO BIDDERS

Page 134: NAVFAC Uniform Contract Format Guide

PART IV - GENERAL INSTRUCTION

SECTION L

INSTRUCTIONS, CONDITIONS AND NOTICESTO BIDDERS

******************************************************************NEGOTIATED

NOTE: The provisions listed below are for negotiated procurements. Provisions 52.215-5, -7, -8, -9, -10, -12, -14, -15, -16, -17 may beincluded by reference. If no provisions are included by reference,delete provision 52.252-1.******************************************************************

TABLE OF CONTENTS

PARA PROVISION NO. NO. TITLE PAGEL.1 252.204-7001 COMMERCIAL AND GOVERNMENT ENTITY (CAGE)

CODE REPORTING (DEC 1991)............... L-

L.2 52.210-2 RESERVED

L.3 DFARS AVAILABILITY OF SPECIFICATIONS AND STANDARDS252.210-7001 NOT LISTED IN THE DODISS, DATA ITEM

DESCRIPTIONS NOT LISTED IN DOD DIRECTIVE5010.12L, AND PLANS, DRAWINGS, AND OTHERPERTINENT DOCUMENTS (DEC 1991).......... L-

L.4 DFARS AVAILABILITY FOR EXAMINATION OF252.210-7002 SPECIFICATIONS STANDARDS, PLANS, DRAWINGS,

DATA ITEM DESCRIPTIONS, AND OTHER PERTINENTDOCUMENTS (DEC 1991).................... L-

L.5 5252.214-9304 SITE VISITATION (JUN 1994) ............. L-

L.6 52.215-5 SOLICITATION DEFINITIONS (JUL 1987) .... L-

L.7 52.215-7 UNNECESSARILY ELABORATE PROPOSALS ORQUOTATIONS (APR 1984) .................. L-

L.8 52.215-8 AMENDMENTS TO SOLICITATIONS (DEC 1989) . L-

L.9 52.215-9 SUBMISSION OF OFFERS (JUL 1995) ........ L-

Page 135: NAVFAC Uniform Contract Format Guide

PARA PROVISION NO. NO. TITLE PAGE

L.10 52.215-10 LATE SUBMISSIONS, MODIFICATIONS, ANDWITHDRAWALS OF PROPOSALS (JUL 1995)..... L-

L.11 52.215-12 RESTRICTION ON DISCLOSURE AND USE OF DATA(APR 1984).............................. L-

L.12 52.215-13 PREPARATION OF OFFERS (APR 1984)........ L-

L.13 52.215-14 EXPLANATION TO PROSPECTIVE OFFERORS(APR 1984) ............................. L-

L.14 52.215-15 FAILURE TO SUBMIT OFFER (JUL 1995)...... L-

L.15 52.215-16 CONTRACT AWARD (OCT 1995) (ALT III)..... L-

L.16 52.215-17 TELEGRAPH PROPOSALS (JUL 1987).......... L-

L.17 FAC CONTENT OF PROPOSALS5252.215-9300 (JUN 1994) ............................. L-

L.18 52.216-1 TYPE OF CONTRACT (APR 1994)............. L-

L.19 52.222-24 PRE-AWARD ON-SITE EQUAL OPPORTUNITYCOMPLIANCE REVIEW (APR 1984)............ L-

L.20 52.233-2 SERVICE OF PROTEST (NOV 1988)........... L-

L.21 52.237-1 SITE VISIT (APR 1984)................... L-

L.22 FAC SUBSTITUTIONS OF KEY PERSONNEL5252.237-9301 (JUN 1994) .............................. L-

L.23 52.252-1 SOLICITATION PROVISIONS INCORPORATED BYREFERENCE (JUN 1988) ................... L-

******************************************************************NOTE: For conversions from in-house to contractor operations, add thefollowing to section L.******************************************************************

PARA PROVISION NO. NO. TITLE PAGE

L.24 52.207-2 NOTICE OF COST COMPARISON (NEGOTIATED)(FEB 1993) ............................. L-

Page 136: NAVFAC Uniform Contract Format Guide

L.14 FAR 52.215-16, CONTRACT AWARD (OCT 1995)

*****************************************************************NOTE: FAR Clause 52.215-16, "Contract Award", basic clause orAlternates I or II is required in all RFP's. Be aware that the formatof the clause has changed. The basic clause now states that thegovernment will hold discussions. Alternative II states that weintend to award without discussions, but we reserve the right to holddiscussions, if later determined by the contracting officer to benecessary. A new paragraph (h) has also been added containinginformation pertaining to post-award debriefings. *****************************************************************

(a) The Government will award a contract resulting from thissolicitation to the responsible offeror whose offer conforming to thesolicitation will be most advantageous to the Government, cost orprice and other factors, specified elsewhere in this solicitation,considered.

(b) The Government may (1) reject any or all offers if suchaction is in the public interest, (2) accept other than the lowestoffer, and (3) waive informalities and minor irregularities in offersreceived.

(c) The Government intends to evaluate proposals and award acontract after conducting written or oral discussions with allresponsible offerors whose proposals have been determined to be withinthe competitive range. However, each initial offer should contain theofferor's best terms from a cost or price and technical standpoint.

(d) The Government may accept any item or group of items of anoffer, unless the offeror qualifies the offer by specific limitations.Unless otherwise provided in the Schedule, offers may be submitted forquantities less than those specified. The Government reserves theright to make an award on any item for a quantity less than thequantity offered, at the unit cost or prices offered, unless theofferor specifies otherwise in the offer.

(e) A written award or acceptance of offer mailed or otherwisefurnished to the successful offeror within the time for acceptancespecified in the offer shall result in a binding contract withoutfurther action by either party. Before the offer's specifiedexpiration time, the Government may accept an offer (or part of anoffer, as provided in paragraph (d) above), whether or not there arenegotiation after its receipt, unless a written notice of withdrawalis received before award. Negotiations conducted after receipt of anoffer do not constitute a rejection or counteroffer by the Government.

Page 137: NAVFAC Uniform Contract Format Guide

(f) Neither financial data submitted with an offer, norrepresentations concerning facilities or financing, will form a partof the resulting contract. However, if the resulting contractcontains a clause providing for price reduction for defective cost orpricing data, the contract price will be subject to reduction if costor pricing data furnished is incomplete, inaccurate, or not current.

(g) The Government may determine that an offer is unacceptableif the prices proposed are materially unbalanced between contract lineitems or contract subline items. An offer is materially unbalancedwhen it is based on prices significantly less than cost for some workand prices which are significantly overstated in relation to cost forother work, and if there is a reasonable doubt that the offer willresult in the lowest overall cost to the Government, even though itmay be the low evaluated offer, or it is so unbalanced as to betantamount to allowing an advance payment.

(h) The Government may disclose the following information inpost-award debriefings to other offerors: (1) the overall evaluatedcost or price and technical rating of the successful offeror; (2) theoverall ranking of all offerors, when any ranking was developed by theagency during source selection; (3) a summary of the rationale foraward; and (4) for acquisitions of commercial end items, the make andmodel of the item to be delivered by the successful offeror.

(End of provision)

ALTERNATE I (OCT 1995)*****************************************************************NOTE: In accordance with the prescription in 15.407(d)(4)(I),substitute the following paragraph (d) for paragraph (d) of the basicprovision:*****************************************************************

(d) The Government may accept any item or combination of items,unless doing so is precluded by a restrictive limitation in thesolicitation or the offer.

ALTERNATE II (OCT 1995)*****************************************************************NOTE: As prescribed in 15.407(d)(4)(ii), substitute paragraph (c) forparagraph (c) of the basic provision. Use this alternate when thegovernment intends to award a contract without discussions withofferors but allows the government to hold discussions if laterdetermined necessary.*****************************************************************

Page 138: NAVFAC Uniform Contract Format Guide

c. The Government intends to evaluate proposals and award acontract without discussions with offerors (except communicationsconducted for the purpose of minor clarification). Therefore, eachinitial offer should contain the offeror's best terms from a cost orprice and technical standpoint. However, the Government reserves theright to conduct discussions if later determined by the ContractingOfficer to be necessary.

Page 139: NAVFAC Uniform Contract Format Guide

PART IV

S E C T I O N M - SEALED BIDDING

EVALUATION FACTORS FOR AWARD

Page 140: NAVFAC Uniform Contract Format Guide

PART IV GENERAL INSTRUCTIONS

SECTION M - EVALUATION FACTORS FOR AWARD

SEALED BIDDING

TABLE OF CONTENTS

PARA PROVISION PAGE NO. NO. TITLE NO.

M.1 PRE-AWARD SURVEY....................... M-3

M.2 5252.214-9300 BASIS FOR AWARD (JUN 1994)............. M-4

M.3 52.217-5 EVALUATION OF OPTIONS (JUL 1990)....... M-4

M.4 52.232-15 PROGRESS PAYMENTS NOT INCLUDED(APR 1984)............................. M-5

Page 141: NAVFAC Uniform Contract Format Guide

SECTION M - EVALUATION FACTORS FOR AWARD (SEALED BIDDING)

M.1 PRE-AWARD SURVEY

**********************************************************************NOTE: The Pre-Award Survey paragraph should be included in all contracts. Minor modifications in the paragraph shown can be made. Major expansion ofthe paragraph to include technical plans, management plans, pre-awardtechnical qualifications, etc., are not acceptable in most cases. Majormodifications of the paragraph require PRIOR APPROVAL BY EFD/EFA/PWC CODEO2/200 and will be considered only in those specifications involving complextechnical issues that are not Small Business Set-Aside.**********************************************************************

The Government may make a pre-award survey of the low conforming bidder todetermine whether such bidder is qualified and capable of performing thecontract. The pre-award survey will involve examination of the bidder'sfinancial and technical status and understanding of the contractrequirements. The following are examples of the information that, uponrequest, the bidder shall be required to provide in writing to the pre-awardsurvey team. Requested information shall be forwarded within three days ofrequest. Failure to provide requested information, or a determination,after review of the information, of the bidder's non-responsibility, mayresult in bid rejection.

a. Identification of the Contractor's personnel and management to beused on this contract.

b. The Contractor's technical and management plans for performingrequired services.

c. Description of Contractor's facilities and equipment.

d. Summary of the Contractor's experience in performing work of thetype required by this specification.

e. Current financial statements and data.

f. Other work presently under contract.

g. Prior contracts for similar work, and the names and addresses ofindividuals with the organization issuing the contract who may be contactedfor information concerning the Contractor's performance.

h. Contractor Quality Control plan for this contract.

Page 142: NAVFAC Uniform Contract Format Guide

M.2 FAC 5252.214-9300 BASIS FOR AWARD (JUN 1994)

***********************************************************************NOTE: Delete last sentence in subparagraph a. if only one contract lineitem number. Add subparagraph b, if the award period will be less thantwelve full months. Insert Alt I for separately priced options.***********************************************************************

BASIS FOR AWARD

a. The low bidder for purposes of award shall be the conforming,responsive, responsible bidder offering the lowest total price for ContractLine Items (insert contract line item numbers) . Bids are solicited onan "all or none" basis and FAR 52.214-10, "CONTRACT AWARD - SEALED BIDDING(JUL 1990)" provision, Section L, is hereby modified. Failure to submit bidsfor all items and quantities listed shall be cause for rejection of the bid.

b. Bids shall be submitted for the performance of work for the periodidentified in the "TERM OF CONTRACT" paragraph, Section F. Bidders arecautioned that the initial term of the contract may be for a period of lessthan a full year.

ALTERNATE I

a. The low bidder for purposes of award shall be the conforming,responsive, responsible bidder offering the lowest total price for ContractLine Items (insert contract line item numbers) . However, the initialaward will include only Contract Line Items (insert contract line itemnumber(s)) .

b. Bids are solicited on an "all or none" basis and FAR 52.214-10,"CONTRACT AWARD - SEALED BIDDING (JUL 1990)" provision, Section L, is herebymodified. Failure to submit bids for all items and quantities listed shallbe cause for rejection of the bid.

Page 143: NAVFAC Uniform Contract Format Guide

M.3 FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990)

***********************************************************************NOTE: If this provision is not appropriate, insert the "EVALUATIONEXCLUSIVE OF OPTIONS (FAR 52.217-3) provision.***********************************************************************

a. Except when it is determined in accordance with FAR 17.206(b) notto be in the Government's best interests, the Government will evaluateoffers for award purposes by adding the total price for all options to thetotal price for the basic requirement. Evaluation of options will notobligate the Government to exercise the option(s).

M.4 FAR 52.232-15, PROGRESS PAYMENTS NOT INCLUDED (APR 1984)

A progress payments clause is not included in this solicitation, and willnot be added to the resulting contract at the time of award. Bidsconditioned upon inclusion of a progress payment clause in the resultingcontract will be rejected as nonresponsive.

Page 144: NAVFAC Uniform Contract Format Guide

PART IV

S E C T I O N M - NEGOTIATED

EVALUATION FACTORS FOR AWARD

Page 145: NAVFAC Uniform Contract Format Guide

PART IV - GENERAL INSTRUCTIONS

SECTION M - EVALUATION FACTORS FOR AWARD

NEGOTIATED CONTRACTS

TABLE OF CONTENTS

PARA PROVISION PAGE NO. NO. TITLE NO.M.1 PRE-AWARD SURVEY............................ M-3

M.2 BASIS FOR AWARD............................. M-4

M.3 SOURCE SELECTION............................ M-4

M.4 BEST VALUE EVALUATION.................. M-5

M.5 LOW PRICE TECHNICALLY ACCEPTABLE ...... M-6

M.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990)............ M-7

M.7 52.232-15 PROGRESS PAYMENTS NOT INCLUDED (APR 1984)... M-8

Page 146: NAVFAC Uniform Contract Format Guide

SECTION M - EVALUATION FACTORS FOR AWARD (NEGOTIATED)

M.1 PRE-AWARD SURVEY

**********************************************************************NOTE: The Pre-Award Survey paragraph should be included in allcontracts. Minor modifications in the paragraph shown can be made. Major expansion of the paragraph to include technical plans,management plans, pre-award technical qualifications, etc., are notacceptable in most cases.**********************************************************************

The Government may make a pre-award survey of the low conformingbidder to determine whether such bidder is qualified and capable ofperforming the contract. The pre-award survey will involveexamination of the bidder's financial and technical status andunderstanding of the contract requirements. The following areexamples of the information that, upon request, the bidder shall berequired to provide in writing to the pre-award survey team. Requested information shall be forwarded within three days of request. Failure to provide requested information, or a determination, afterreview of the information, of the bidder's non-responsibility, mayresult in bid rejection.

a. Identification of the Contractor's personnel and managementto be used on this contract.

b. The Contractor's technical and management plans forperforming required services.

c. Description of Contractor's facilities and equipment.

d. Summary of the Contractor's experience in performing work ofthe type required by this specification.

e. Current financial statements and data.

f. Other work presently under contract.

g. Prior contracts for similar work, and the names and addressesof individuals with the organization issuing the contract who may becontacted for information concerning the Contractor's performance.

h. Contractor Quality Control plan for this contract.

Page 147: NAVFAC Uniform Contract Format Guide

M.2 BASIS FOR AWARD

**********************************************************************NOTE: The following should be tailored to individual procurementsdependent on whether award will be made to low offeror or best value.**********************************************************************

a. The low offeror for purposes of award shall be theconforming, responsive, responsible offeror offering a technicallyacceptable proposal and (1) the lowest total price for Contract LineItems _________ OR (2) the best value to the Government.

b. Offerors shall be submitted for the performance of work forthe period identified in the "Term of Contract" clause.

c. Offers are solitude on an "all or none" basis and FAR 52.216-16, "CONTRACT AWARD - NEGOTIATED" provision, Section L, is herebymodified. Failure to submit offers for all items and quantitieslisted shall be cause for rejection of the offer.

M.3 SOURCE SELECTION

The following is an outline of the general procedures to be followedin using source selection or competitive negotiation procedures.

1. Acquisition Planing. Thorough acquisition planning is essential toadequately define the most significant technical and performanceissues.

2. Development of Evaluation Factors. The two basic evaluationfactors are Price and Technical.

a. Technical. Critical areas generally include: (1)Experience*, (2) Delivery or Schedule*, (3) Quality, and (4) Approachor Method. Technical evaluation factors may include responsibilityrelated criteria. However, responsibility criteria can be used torank small business firms, but cannot be used to exclude a firm asunacceptable. By statute, only SBA can make a determination ofnonresponsibility on a small business. DFARS 219.705-2(d) states thatin any procurement involving technical evaluations, including sourceselection, the extent of participation of small and smalldisadvantaged business in the performance of the contract shall beused as an evaluation factor.

Page 148: NAVFAC Uniform Contract Format Guide

**********************************************************************NOTE: (1) Past experience is used as an indicator of an offeror'sability to perform quality work in a timely manner in the future. (2)An offeror's ability to perform is often indicated by his ability toplan and anticipate problems.**********************************************************************

b. Price. A price breakdown in a format dictated by thegovernment can be useful to the contracting officer to confirmunderstanding of scope, price reasonableness and assess technicalevaluation results.

4. Proposal Evaluation. All offeror's receive equal considerationand the evaluation must be demonstrably based on the stated evaluationcriteria included in the solicitation. Preestablished standards can behelpful in facilitating the evaluators process and encouragingdevelopment of consensus among the evaluators. Selection of one of twoevaluation methods is necessary; Best Value or Low Price TechnicallyAcceptable (LPTA).

BEST VALUE - This method allows great discretion to theGovernment. Award is made to the proposer who offers the "best value"to the government, price and other technical factors listed in thesolicitation considered. Note: Using this method allows award to bemade to other than the low priced proposer.

LOW PRICE TECHNICALLY ACCEPTABLE (LPTA) - This method offerslittle discretion to the government. Once proposals are evaluatedtechnically, award must be made to the low priced technicallyacceptable proposer regardless of the technical ranking or superiorityof one proposer over another.

**********************************************************************NOTE: Best Value is preferable since it offers the government theopportunity to use discretion and seek value. The same amount ofeffort is required, yet LPTA severely limits your options. If LPTA isused, award must be made to the low bidder, no matter what thetechnical ranking. In addition to limiting your ability to choose aclearly superior firm, you risk the chance of the superior firm notcompeting or the inferior firm increasing its price.**********************************************************************

5. Evaluation documentation. Documentation supporting evaluationconclusions must be rational, consistent, and be based on theinformation presented by the offerors in their proposals. Allconclusions must be supported by facts. Conclusions justifiedexclusively on numerical point scores are not acceptable.

Page 149: NAVFAC Uniform Contract Format Guide

M.4 BEST VALUE EVALUATION (SEP 1995)

**********************************************************************NOTE: Insert a provision substantially similar to the following insolicitations when "best value" is used. This provision can betailored to individual procurements. The Contracting Officer shallidentify evaluation factors in descending order of importance (or, ifof equal importance, shall state).**********************************************************************

BEST VALUE EVALUATION

(a) The offeror's proposal shall be in the form prescribed by thissolicitation and shall contain a response to each of the areasidentified which affects the evaluation factors for award.

EVALUATION FACTORSResponses to the Request for Proposal will be evaluated using thefollowing two principle factors: (1) PRICE and (2) TECHNICAL.

(1) TECHNICAL: The technical proposal will be evaluated todetermine whether the offeror possesses the capability required tosuccessfully perform the requirements of the solicitation. Thetechnical criteria are listed in descending order of importance (ormay be stated to be of equal importance):

_

(2) PRICE: The Price proposal will be evaluated to determinereasonableness and realism of price. The cumulative rating of thetechnical evaluation factors is equal to price.

M.5 LOW PRICE TECHNICALLY ACCEPTABLE EVALUATION (SEP 1995)

**********************************************************************NOTE: Insert a provision substantially similar to the following insolicitations when award will be based on low price/cost technicallyacceptable award criteria. Tailor this provision for eachsolicitation. The Contracting Officer shall identify these factorsbelow in descending order of importance (or are of equal importance).**********************************************************************

Page 150: NAVFAC Uniform Contract Format Guide

LOW PRICE TECHNICALLY ACCEPTABLE

(a) Technical acceptability will be determined in accordance withSET-ASIDE the following evaluation factors, based on informationsubmitted in response to the solicitation. The technical evaluationfactors are listed in descending order of importance (or are of equalimportance). To be determined technically acceptable, the offeror mustbe technically acceptable in each of the areas identified by thefollowing evaluation factors:

(b) After a proposal has been determined technically acceptable,price becomes the most important factor.

M.6 FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990)

**********************************************************************NOTE: If this provision is not appropriate, insert the "EVALUATIONEXCLUSIVE OF OPTIONS (FAR 52.217-3) provision.**********************************************************************

a. Except when it is determined in accordance with FAR17.206(b) not to be in the Government's best interests, the Governmentwill evaluate offers for award purposes by adding the total price forall options to the total price for the basic requirement. Evaluationof options will not obligate the Government to exercise the option(s).

M.7 FAR 52.232-15, PROGRESS PAYMENTS NOT INCLUDED (APR 1994)

A progress payments clause is not included in this solicitation, andwill not be added to the resulting contract at the time of award. Bids conditioned upon inclusion of a progress payment clause in theresulting contract will be rejected as nonresponsive.