Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 2 of 111
SFC MCCORMACK
REGIONAL CONTRACTING OFFICE
RESPOND TO ARMY CONTRACTING COMMAND-KUWAIT
COM +965-2221-6334 x9761
DSN: 318-430-9761
EMAIL: [email protected]
*This is a Request for Proposal (RFP). ALL proposals are due by 1 APRIL 2015, @ 5:00 PM local time (Kuwait
City, Kuwait) (+3GMT) or 9:00 AM Eastern Time (ET). LATE SUBMISSIONS WILL NOT BE ACCEPTED.
This document does not commit the Government to award a contract at any time. The Government will not be
responsible for any cost incurred by the respondent to this notice. ALL CORRESPONDENCE AND INFORMATION
SENT MUST BE IN ENGLISH. Any questions or inquires must be submitted to SFC MCCORMACK via email
regarding this procurement no later than March 23, 2015.
GENERAL INFORMATION:
PROJECT TITLE: FURNITURE AND APPLIANCES
POSTED DATE: 18 MARCH 2015
RESPONSE DATE: 1 APRIL 2015, @5:00 PM Kuwait Time or 9:00 AM Eastern Time (ET).
OFFERS MUST BE IN ENGLISH
A. DESCRIPTION: This is a combined synopsis/solicitation Indefinite Delivery Indefinite Quantity (IDIQ)
Multiple Award Task Order Contract (MATOC) for commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with additional information included in this notice. This
solicitation is being issued as a request for proposal (RFP) W912D1-15-R-0012. This RFP
announcement constitutes the only solicitation requesting proposals for this procurement. This
solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular
200556. The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ), MATOC
contract with firm fixed unit prices, a minimum guaranteed of $3,000 and a maximum of $10,000,000,
under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition. The
period of performance will be for one base twelve month period and three (3) option year periods each
for twelve months. The NAICS Code is 337127 and Classification Code is 71.
CONTRACTOR: _______________________________________
PHONE NUMBER: _____________________________________
COMPLETE EMAIL: _______________________________________________
DATE OF RFP: _____________________________________
PROPOSAL PREPARED BY: ________________________________
SIGNATURE: __________________________________________
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 3 of 111
PART I – THE SCHEDULE SECTION B- SUPPLIES OR SERVICES AND PRICE/COSTS B.1
ACQUIRED ITEMS/TOTAL PRICE
The contractor shall provide all furniture, appliances, and delivery in accordance with the Salient
Characteristics in Schedule B, provided in this solicitation. The contractor shall furnish all
materials, supplies, furniture, appliances, and items and do all things necessary for, or incident to,
performance of the requirements in accordance with the statement of work (SOW) provided in
Section C of this master IDIQ contract and all TOs issued against this master IDIQ contract.
THE TOTAL MAXIMUM CONTRACT VALUE, defined as the sum of contractor payment
streams associated with all task orders against this master IDIQ contract, shall not exceed
$10,000,000.00 dollars.
THE MINIMUM GUARANTEE ORDER(S) VALUE: for this master IDIQ contract award is
$3,000.00, provided that the contractor can demonstrate it has exercised due diligence and made its
best efforts to secure a task order.
B.2 CONTRACT TYPE
The agency intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) with two or more
Multiple Award Task Order Contract (MATOC) awards for a base period of (12) twelve months,
and (3) three option years each (12) twelve months.
B.3 INDEFINITE QUANTITY (DEC 2005)
This is an Indefinite Quantity contract as contemplated by FAR 16.504. The total scope of the
technical tasks for which orders may be issued is set forth in Schedule G; paragraph G-2, provided
in this solicitation. The maximum dollar amount the Government may order under this contract is
10,000,000.00; the minimum amount is $3,000.00.
[END OF SECTION]
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 4 of 111
B. 4 SECTION B- SUPPLIES OR SERVICES AND PRICE/COSTS CONT-
MAX
NET AMT
ITEM NO SUPPLIES MIN/MAX UNIT UNIT PRICE SERVICES QUANTITY EACH MAX AMOUNT
0001 4,775/6000
Hotel Quality Mattress, Quality equal to Brand Name Mattress,
90cmx190cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX NET
AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE
QUANTITY EACH
MAX AMOUNT
0002 50/100
Hotel Quality Mattress
150cmx200cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 5 of 111
ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT
EACH
VOLTAGE 220V
POWER (WATT) 1000, CAPACITY 35-45 LITER
# OF POWER LEVELS 10, TIMER, AUTO DEFROST
FFP
FOB: Destination
MAX
NET AMT
0005 20/150
32’, LCD Television
Multi-system PAL, NTSC, SECAM
VOLTAGE 220v
LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC turners
MIN/MAX QUANTITY
0003 150/500
Steam irons
220V STEAM GLIDE SOLEPLATE
2200 WATT
AUTOMATIC SHUT OFF
FFP
FOB: Destination
MAX NET
AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX
QUANTITY
UNIT
EACH
UNIT PRICE MAX AMOUNT
0004 30/200
Microwave, Product Color: White
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 6 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0006 20/150
DVD Player
Region free-Plays DVD movies from any region
VOLTAGE 220v
PAL/NTSC Conversion Built-in
With USB or HDMI
FFP
FOB: Destination
MAX 0007 350/1,000
Refrigerator 5 cubic feet, International
major brand
220v 5 cu ft refrigerator
Product Color is White
Self defroster
FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 7 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0008 50/1,500
Refrigerator 6.7 cubic feet,
International major brand
220v 5 cu ft refrigerator
Product Color is White
Self defroster
FFP
FOB: Destination
MAX
NET AMT
0009 100/1,000
Vacuum Cleaner
International major brand
VOLTAGE 220V
Drum Vacuum Cleaner
1800W, 17 L, Dry Function
FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 8 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0010 810/2,620
Desk Lamp
Oak Wood
220v
FFP
FOB: Destination
MAX 0011 50/200
Black Leather Chair
Padded Chair, Armless, chair must fit under the desk
At least ¾” leg diameter, stretcher bars in front and back to provide extra support Max
weight capacity 300lbs.
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 9 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0012 5/100
TV Stand Mahogany with 4 drawers
With DVD Player compartment
Width 50 cm
Height 100 cm and Length 75 cm
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 10 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT MAX AMOUNT
QUANTITY EACH
NET AMT
UNIT PRICE
0013 120/500
Hotel Quality Mattress
99cmx203cmx19cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0014 60/500
Oak Bed Frame
Oak Twin Size Bed with 2 drawers
Headboard Height 120cm
Footboard Height 60 cm
Frame Height 50 cm
FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 11 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX 0017 60/500
Oak Night Stand
Oak Wood
With 3 drawers
Height 60cm, Length 50cm Width
45cm
FFP
FOB: Destination
0015 75/5,000
Black Metal Bed, 120cmx190cm
Height 90cm, Length 190cm
Width 120cm
Footboard height 60 cm, clearance 40 cm
FFP
FOB: Destination
MAX NET
AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX
QUANTITY
UNIT
EACH
UNIT PRICE MAX AMOUNT
0016 2,700/5,500
Black Metal Bed 150cmx200cm
Height 90cm, Length 200cm
Width 150cm
Footboard height 60 cm, Clearance 40 cm
FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 12 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0018 60/500
Oak Wardrobe
2 Door Oak Wardrobe
With hasp
Height 180 cm
Length 90cm, Width 50cm
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 13 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX 0021 3,100/15,500
Metal Wall Lockers
Corrosion Resistant & Rust Proof Metal Wall Lockers
2 doors with hasp
Height 180cm, Length 90cm Width
50cm
FFP
FOB: Destination
0019 60/500
Oak TV Stand
With 3 drawers and DVD Compartment
Height 100cm, Length 75cm
Width 50cm
FFP
FOB: Destination
MAX NET
AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX
QUANTITY
UNIT
EACH UNIT PRICE MAX AMOUNT
0020 60/500
Oak Desk
Oak Wood
With 3 drawers
Height 75cm, Length 110cm
Width 60 cm
FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 14 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0022 10/500
Dishwashers
220v No. of Settings: 14 Place Settings
Energy class A+, No of Programs: 7 programs
Preferred color: white
FFP
FOB: Destination
MAX
NET AMT
0023 50/250
Electric Stove/Range
220v, 50x60 Electric Cooker No.
of Electric Plates 4
Preferred: color: white
FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 15 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0024 50/1,000
Washer
Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft
10.5 Kg. Type of Agitator: Dual Action Product
Color: White Console
FFP
FOB: Destination
MAX 0025 50/2,000
Dryer
Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft
10.5 Kg, Dry system: Auto Dry
Product Color: White Console
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 16 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0026 25/250
Cipher Locks
Kaba, Simplex LP 1000 Series or equivalent Push
Button Locks
Factory handed, not field reversible
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 17 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0027 10/1,000
Shop –Vac / Pro 30L Wet/Dry Vac 220V or equivalent
1600 Max Watts
Water Pressure (cm) 1625
230/240V – 50/60Hz 1400 W 1 E.C
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1001 0/5,500
OPTION
Hotel Quality Mattress, Quality equal to Brand Name Mattress,
90cmx190cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 18 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MIN/MAX
QUANTITY
1002 0/100
Hotel Quality Mattress
150cmx200cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1003 0/500
Steam irons
220V STEAM GLIDE SOLEPLATE
2200 WATT
AUTOMATIC SHUT OFF
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 19 of 111
ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT
EACH
1004 0/200
Microwave, Product Color: White
VOLTAGE 220V
POWER (WATT) 1000, CAPACITY 35-45 LITER
# OF POWER LEVELS 10, TIMER, AUTO DEFROST
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1005 0/150
32’, LCD Television
Multi-system PAL, NTSC, SECAM
VOLTAGE 220v
LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC turners
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 20 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 21 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT MAX AMOUNT
QUANTITY EACH
UNIT PRICE
1006 0/150
DVD Player
Region free-Plays DVD movies from any region
VOLTAGE 220v
PAL/NTSC Conversion Built-in
With USB or HDMI FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1007 0/1,000
Refrigerator 5 cubic feet,
International major brand
220v 5 cu ft refrigerator
Product Color is White
Self defroster
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 22 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1008 0/1,500
Refrigerator 6.7 cubic feet,
International major brand
220v 5 cu ft refrigerator
Product Color is White Self
defroster
FFP FOB: Destination
MAX NET
AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX
QUANTITY
UNIT
EACH UNIT PRICE MAX AMOUNT
1009 0/1,000
Vacuum Cleaner
International major brand
VOLTAGE 220V
Drum Vacuum Cleaner
1800W, 17 L, Dry Function
FFP FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 23 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
1010 0/2,620
Desk Lamp
Oak Wood
220v
FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1011 0/200
Black Leather Chair
Padded Chair, Armless, chair must fit under the desk
At least ¾” leg diameter, stretcher bars in front and back to provide extra
support
Max weight capacity 300lbs. FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 24 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 25 of 111
ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT
EACH
MIN/MAX
QUANTITY
1012 0/100
TV Stand Mahogany with 4 drawers
With DVD Player compartment
Width 50 cm
Height 100 cm and Length 75 cm
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1013 0/500
Hotel Quality Mattress
99cmx203cmx19cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 26 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1014
Oak Bed Frame
Oak Twin Size Bed with 2 drawers Headboard
Height 120cm
Footboard Height 60 cm Frame
Height 50 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1015 0/5,000
Black Metal Bed, 120cmx190cm
Height 90cm, Length 190cm
Width 120cm
Footboard height 60 cm, clearance 40 cm FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 27 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
NET AMT
1016 0/5,500
Black Metal Bed 150cmx200cm
Height 90cm, Length 200cm
Width 150cm
Footboard height 60 cm, Clearance 40 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1017 0/500
Oak Night Stand
Oak Wood
With 3 drawers
Height 60cm, Length 50cm
Width 45cm FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 28 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 29 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
MAX
NET AMT
1018
Oak Wardrobe
2 Door Oak Wardrobe
With hasp
Height 180 cm
Length 90cm, Width 50cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1019 0/500
Oak TV Stand
With 3 drawers and DVD Compartment
Height 100cm, Length 75cm
Width 50cm FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 30 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
1020
Oak Desk
Oak Wood
With 3 drawers
Height 75cm, Length 110cm
Width 60 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1021 0/15,500
Metal Wall Lockers
Corrosion Resistant & Rust Proof Metal Wall Lockers
2 doors with hasp
Height 180cm, Length 90cm
Width 50cm FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 31 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
MAX
NET AMT
1022
Dishwashers
220v No. of Settings: 14 Place Settings
Energy class A+, No of Programs: 7 programs Preferred
color: white FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1023 0/250
Electric Stove/Range
220v, 50x60 Electric Cooker
No. of Electric Plates 4
Preferred: color: white FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 32 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 33 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX NET
AMT
1024 0/1,000
Washer
Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft
10.5 Kg. Type of Agitator: Dual Action Product
Color: White Console FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1025 0/2,000
Dryer
Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft
10.5 Kg, Dry system: Auto Dry Product
Color: White Console FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 34 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1026 0/250
Cipher Locks
Kaba, Simplex LP 1000 Series
Push Button Locks
Factory handed, not field reversible FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
1027 0/1,000
Shop –Vac / Pro 30L Wet/Dry Vac 220V or equalivant
1600 Max Watts
Water Pressure (mm) 1625
230/240V – 50/60Hz 1400 W 1 E.C FFP
FOB: Destination
2001 0/5,500
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 35 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
OPTION
Hotel Quality Mattress, Quality equal to Brand Name Mattress,
90cmx190cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2002 0/100
Hotel Quality Mattress
150cmx200cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 36 of 111
ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT
EACH
MIN/MAX
QUANTITY
2003 0/500
Steam irons
220V STEAM GLIDE SOLEPLATE
2200 WATT
AUTOMATIC SHUT OFF FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2004 0/200
Microwave, Product Color: White
VOLTAGE 220V
POWER (WATT) 1000, CAPACITY 35-45 LITER
# OF POWER LEVELS 10, TIMER, AUTO DEFROST
FFP FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 37 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2005 0/150
32’, LCD Television
Multi-system PAL, NTSC, SECAM
VOLTAGE 220v
LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC
turners FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2006 0/150
DVD Player
Region free-Plays DVD movies from any region
VOLTAGE 220v
PAL/NTSC Conversion Built-in
With USB or HDMI FFP FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 38 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2007 0/1,000
Refrigerator 5 cubic feet,
International major brand
220v 5 cu ft refrigerator
Product Color is White
Self defroster
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2008 0/1,500
Refrigerator 6.7 cubic feet,
International major brand
220v 5 cu ft refrigerator
Product Color is White Self
defroster
FFP FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 39 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2009 0/1,000
Vacuum Cleaner
International major brand
VOLTAGE 220V
Drum Vacuum Cleaner
1800W, 17 L, Dry Function
FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2010 0/2,620
Desk Lamp
Oak Wood
220v
FFP FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 40 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2011 0/200
Black Leather Chair
Padded Chair, Armless, chair must fit under the desk
At least ¾” leg diameter, stretcher bars in front and back to provide extra
support
Max weight capacity 300lbs. FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2012 0/100
TV Stand Mahogany with 4 drawers
With DVD Player compartment
Width 50 cm
Height 100 cm and Length 75 cm FFP FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 41 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2013 0/500
Hotel Quality Mattress
99cmx203cmx19cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS
COILS FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2014 0/500
Oak Bed Frame
Oak Twin Size Bed with 2 drawers Headboard
Height 120cm
Footboard Height 60 cm Frame
Height 50 cm FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 42 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
2015 0/5,000
Black Metal Bed, 120cmx190cm
Height 90cm, Length 190cm
Width 120cm
Footboard height 60 cm, clearance 40 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2016 0/5,500
Black Metal Bed 150cmx200cm Height
90cm, Length 200cm
Width 150cm
Footboard height 60 cm, Clearance 40 cm FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 43 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
2017 0/500
Oak Night Stand
Oak Wood
With 3 drawers
Height 60cm, Length 50cm
Width 45cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2018 0/500
Oak Wardrobe
2 Door Oak Wardrobe
With hasp
Height 180 cm
Length 90cm, Width 50cm FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 44 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
2019 0/500
Oak TV Stand
With 3 drawers and DVD Compartment
Height 100cm, Length 75cm
Width 50cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2020 0/500
Oak Desk
Oak Wood
With 3 drawers
Height 75cm, Length 110cm
Width 60 cm FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 45 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
2021 0/5,500
Metal Wall Lockers
Corrosion Resistant & Rust Proof Metal Wall Lockers
2 doors with hasp
Height 180cm, Length 90cm
Width 50cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2022 0/500
Dishwashers
220v No. of Settings: 14 Place Settings
Energy class A+, No of Programs: 7 programs Preferred
color: white FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 46 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
2023 0/250
Electric Stove/Range
220v, 50x60 Electric Cooker
No. of Electric Plates 4
Preferred: color: white FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2024 0/1,000
Washer
Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft
10.5 Kg. Type of Agitator: Dual Action Product
Color: White Console FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 47 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2025 0/2,000
Dryer
Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft
10.5 Kg, Dry system: Auto Dry Product
Color: White Console FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2026 0/250
Cipher Locks
Kaba, Simplex LP 1000 Series Push
Button Locks
Factory handed, not field reversible FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 48 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
2027 0/1,000
Shop –Vac / Pro 30L Wet/Dry Vac 220V or equalivant
1600 Max Watts
Water Pressure (mm) 1625
230/240V – 50/60Hz 1400 W 1 E.C FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3001 0/100
OPTION
Hotel Quality Mattress, Quality equal to Brand Name Mattress,
90cmx190cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 49 of 111
ITEM NO SUPPLIES/SERVICES UNIT UNIT PRICE MAX AMOUNT
EACH
MIN/MAX
QUANTITY
3002 0/100
Hotel Quality Mattress
150cmx200cmx23cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS COILS
FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3003 0/500
Steam irons
220V STEAM GLIDE SOLEPLATE
2200 WATT
AUTOMATIC SHUT OFF
FFP FOB: Destination
MAX
NET AMT
3004 0/200
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 50 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
Microwave, Product Color: White
VOLTAGE 220V
POWER (WATT) 1000, CAPACITY 35-45 LITER
# OF POWER LEVELS 10, TIMER, AUTO DEFROST
FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3005 0/150
32’, LCD Television
Multi-system PAL, NTSC, SECAM
VOLTAGE 220v
LCD/LED, PAL BG/PAL I/SECAM, BG, DK/PAL DK TV, NTSC
turners FFP FOB: Destination
MAX
NET AMT
3006 0/150
DVD Player
Region free-Plays DVD movies from any region
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 51 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
VOLTAGE 220v
PAL/NTSC Conversion Built-in
With USB or HDMI FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3007 0/1,000
Refrigerator 5 cubic feet,
International major brand
220v 5 cu ft refrigerator
Product Color is White
Self defroster
FFP
FOB: Destination
MAX
NET AMT
3008 0/1,500
Refrigerator 6.7 cubic feet,
International major brand
220v 5 cu ft refrigerator
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 52 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
Product Color is White Self
defroster
FFP FOB: Destination
MAX NET
AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX
QUANTITY
UNIT
EACH
UNIT PRICE MAX AMOUNT
3009 0/1,000
Vacuum Cleaner
International major brand
VOLTAGE 220V
Drum Vacuum Cleaner
1800W, 17 L, Dry Function
FFP FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 53 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
3010 0/2,620
Desk Lamp
Oak Wood
220v
FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3011 0/200
Black Leather Chair
Padded Chair, Armless, chair must fit under the desk
At least ¾” leg diameter, stretcher bars in front and back to provide extra
support
Max weight capacity 300lbs. FFP
FOB: Destination
MAX
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 54 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
NET AMT
3012 0/100
TV Stand Mahogany with 4 drawers
With DVD Player compartment
Width 50 cm
Height 100 cm and Length 75 cm FFP FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3013 0/500
Hotel Quality Mattress
99cmx203cmx19cm
SEMI-FIRM, DOUBLE-SIDE
FIRE RESISTANT, INNERSPRING, BONNELL/SPRINGS
COILS FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 55 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 56 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
3014
Oak Bed Frame
Oak Twin Size Bed with 2 drawers Headboard
Height 120cm
Footboard Height 60 cm Frame
Height 50 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3015 0/5,000
Black Metal Bed, 120cmx190cm
Height 90cm, Length 190cm
Width 120cm
Footboard height 60 cm, clearance 40 cm FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 57 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3016 0/5,500
Black Metal Bed 150cmx200cm
Height 90cm, Length 200cm
Width 150cm
Footboard height 60 cm, Clearance 40 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3017 0/500
Oak Night Stand
Oak Wood
With 3 drawers
Height 60cm, Length 50cm
Width 45cm FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 58 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
MAX
NET AMT
3018
Oak Wardrobe
2 Door Oak Wardrobe
With hasp
Height 180 cm
Length 90cm, Width 50cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3019 0/500
Oak TV Stand
With 3 drawers and DVD Compartment
Height 100cm, Length 75cm
Width 50cm FFP
FOB: Destination
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 59 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
MAX
NET AMT
3020
Oak Desk
Oak Wood
With 3 drawers
Height 75cm, Length 110cm
Width 60 cm FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3021 0/5,500
Metal Wall Lockers
Corrosion Resistant & Rust Proof Metal Wall Lockers
2 doors with hasp
Height 180cm, Length 90cm Width
50cm FFP
FOB: Destination
3022
Dishwashers
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 60 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
0/500
MAX
NET AMT
220v No. of Settings: 14 Place Settings
Energy class A+, No of Programs: 7 programs Preferred
color: white FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3023 0/250
Electric Stove/Range
220v, 50x60 Electric Cooker
No. of Electric Plates 4
Preferred: color: white FFP
FOB: Destination
MAX AMOUNT
3024 0/1,000
Washer
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 61 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE
QUANTITY EACH
Voltage/Frequency: 220v/50Hz, Capacity: 3.4 Cu Ft
10.5 Kg. Type of Agitator: Dual Action Product
Color: White Console FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3025 0/2,000
Dryer
Voltage/Frequency: 220-240v/50Hz, Capacity: 7.4 Cu Ft
10.5 Kg, Dry system: Auto Dry Product
Color: White Console FFP
FOB: Destination
MAX
NET AMT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 62 of 111
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE
QUANTITY EACH
MAX AMOUNT
3026 0/250
Cipher Locks
Kaba, Simplex LP 1000 Series
Push Button Locks
Factory handed, not field reversible FFP
FOB: Destination
MAX
NET AMT
ITEM NO SUPPLIES/SERVICES MIN/MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY EACH
3027 0/1,000
Shop –Vac / Pro 30L Wet/Dry Vac 220V or equalivant
1600 Max Watts
Water Pressure (mm) 1625
230/240V – 50/60Hz 1400 W 1 E.C FFP
FOB: Destination
MAX
NET AMT
SECTION C- DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK C.1
GENERAL REQUIREMENTS/PROJECT SCOPE
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 63 of 111
C.1.1 This Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order
Contract (MATOC) is intended to provide furniture and appliances for lifecycle
replacement for new construction housing on Camp Arifjan, Camp Buehring, and Camp
Patriot. The contractor shall provide all furniture, appliances, and delivery in accordance
with the Salient Characteristics in Schedule B, provided in this solicitation. The
contractor shall furnish all materials, supplies, furniture, appliances, and items
(except as may be expressly set forth in this master indefinite delivery/indefinite quantity
(IDIQ) contract or any task order (TO) against this master IDIQ contract as furnished by
the agency) and otherwise do all things necessary for, or incident to, performance of the
requirements in accordance with the statement of work (SOW) of this master IDIQ
contract and all TOs issued against this master IDIQ contract.
C.2 The contractor shall be responsible for providing specific or needed items repetitively,
and on short notice while allowing for flexibility in quantity and a decrease in processing
time. Unless otherwise stated, all provisions that follow throughout the remaining
sections of this master IDIQ contract may be revised within the overall scope of the
contract, as necessary based on the needs and regulations of the agency, to include Task
Order Request for Proposal (RFP).
C.3 The contractor shall establish a point of contact (name and phone number) for use by the
agency in providing responses to contractor communications. The point of contact shall
be available as specified in the Task Order throughout the Task Order term. The
contractor shall furnish sufficient personnel to perform all work specified within the Task
Order.
C.4 The North American Industry Classification (NAICS) code for this acquisition is
337127. The Classification Code is 71.
C.5 Interested parties must be registered in FedBizOpps and the System for Award
Management (SAM) at www.sam.gov in order to view or download the solicitation
documents. It is the responsibility of the interested parties to appropriately register SAM
& FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised, to
be eligible for award of the contract resulting from this solicitation requires an active
SAM registration, to include satisfactory completion of the applicable online
representation & certifications. This solicitation documents will only be made available
in electronic format. No CD-ROMs or hardcopy documents will be distributed.
SECTION D -PACKAGING AND MARKING
D.1 PRESERVATION, PACKAGING AND PACKING
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 64 of 111
Unless otherwise specified, all items shall be preserved, packaged, and packed in accordance with
normal commercial practices, as defined in the applicable commodity specification. Packaging and
packing shall comply with the requirements of the Uniform Freight Classification and the National
Motor Freight Classification (issue in effect at time of shipment) and each shipping container or each
item in a shipment shall be of uniform size and content, except for residual quantities. Where special
or unusual packing is specified in an order, but not specifically provided for by the contract, such
packing details must be the subject of an agreement independently arrived at between the ordering
agency and the contractor.
D.2 PACKING LIST
A packing list or other suitable shipping document shall accompany each shipment and shall indicate:
1. Name and address of the contractor;
2. Name and address of the customer;
3. Government task order (TO) or requisition number;
4. Government bill of lading number covering the shipment (if any); and
5. Description of the material shipped, including item number, quantity, number of containers,
package number (if any), and weight of each package
D.3 INITIAL PACKING, MARKING, AND STORAGE OF EQUIPMENT
Unless otherwise specified in the TO, all initial packing, marking and storage incidental to shipping
of equipment to be provided under this contract shall be made at the contractor’s expense. Such
packing, supervision marking and storage costs shall not be billed to the agency. Supervision of
packing, and unpacking of initially acquired equipment shall be furnished by the contractor removal
of debris.
[END OF SECTION]
SECTION E -INSPECTION AND ACCEPTANCE
E.1 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2)(FEB 1998)
NOTICE: The following contract clauses pertinent to this section are hereby incorporated by
reference:
I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
CLAUSE
NUMBER DATE TITLE
52.246-14 APR 1984 INSPECTION OF TRANSPORTATION
52.246-15 APR 1984 CERTIFICATE OF CONFORMANCE
52.246-16 APR 1984 RESPONSIBILITY FOR SUPPLIES
II. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 65 of 111
CLAUSES
252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2003)
E.2 INSPECTION
Each task order (TO) will include specific inspection criteria pertinent to the TO project. The
following general inspection requirements shall apply to each TO, unless otherwise indicated in the
TO:
E.2.1 Each TO may include additional specific or site-specific inspection and
requirements. The contractor shall review each TO to determine the recommended applicable
inspection requirements for that TO
E.2.2 . The agency and contractor shall mutually agree on, and specify in the TO, the
anticipated schedule for the contractor report submittals and the duration for agency review
for acceptance.
[END OF SECTION]
SECTION F -DELIVERIES OR PERFORMANCE
F.1 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2)(FEB 1998)
NOTICE: The following contract clauses pertinent to this section are hereby incorporated by
reference:
I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
CLAUSE
NUMBER DATE TITLE
52.242-15 AUG 1989 STOP-WORK ORDER
52.247-34 NOV 1991 F.O.B. DESTINATION
F.2 PERIOD OF PERFORMANCE
The base period of performance of this master indefinite delivery/indefinite quantity (IDIQ), Multiple
Award Task Order Contract (MATOC) shall be for a base period of twelve months, and shall have
three option periods of twelve months each totaling five years.
F.3 EXERCISE OF OPTIONS
There are three (3) option years to extend the term of this master IDIQ contract. The agency will
consider the quality of the contractor’s performance under this master IDIQ contract, as well as the
requirements specified at FAR 17.207-Exercise of Options before exercising each option period.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 66 of 111
F.4. PLACE OF PERFORMANCE
Performance shall take place at the agency’s facility unless otherwise specified on the TO.
F.5. DELIVERABLES AND SUBMITTALS
Required Deliverable Due By
Task Order Proposal By the due date specified by the agency CO
Signed TO awards with all attachments Within 10 calendar days after award
Signed TO modifications with all attachments Within 10 calendar days after award
[END OF SECTION]
28
SECTION G -CONTRACT ADMINISTRATION DATA G.1 MASTER INDEFINITE
DELIVERY/INDEFINITE QUANTITY (IDIQ)
CONTRACT ADMINISTRATION
G.1.1 Administration of IDIQ Contract -Administration of this master IDIQ contract
shall be administered by the following individuals:
A. MATOC IDIQ Contracting Officer (CO) -The Contracting Officer for this contract
is Sheri L. Smith; Telephone No.: 965-9722-6476; E-mail:
[email protected]. The contractor shall use the CO/CS as the focal point
for all matters regarding this master IDIQ contract, except technical matters.
B. MATOC IDIQ Contracting Specialist (CS) -The Contracting Specialist for this
contract is MAJ Prado; Telephone No.: 965-9968-3845; E-mail:
[email protected]. The contractor shall use the CO/CS as the focal point
for all matters regarding this master IDIQ contract, except technical matters.
C. MATOC IDIQ Contracting Officer Representative (COR) -The COR for this
contract is 1LT Winterfeldt; Telephone No.: 965-9940-2781; E-mail:
[email protected]. The contractor shall use the DOE COR as the
focal point for all technical related matters regarding this master IDIQ contract after
the contract award.
G.2 PROCEDURES FOR AWARDING TASK ORDERS
A. General – The Government may award more than one master indefinite
delivery/indefinite quantity (IDIQ) contracts for the work specified in the statement of
work (SOW) of this contract. The Agency Contracting Officer (agency CO), may
periodically issue task orders (TO) pursuant to the procedures set forth in the paragraphs
below. The ordering procedures identified below will be used to select a single awardee
(contractor).
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 67 of 111
B. Contractor Selection Procedures – The agency CO must provide each contractor a fair
opportunity to be considered for any TO award. In selecting a contractor, the agency CO
may exercise discretion in developing contractor selection procedures, as long as the
agency CO complies with applicable laws and regulations, local agency policies, and the
framework of the selection methods established below. The agency CO shall indicate, in
the initial notice to all IDIQ holders, the selection method and down selections the
agency intends to use for the entire ordering process. The agency CO reserves the right to
adjust the selection process. (As an example, the agency CO may determine that having
started under a process that bases selection on qualifications, the process may be adjusted
to include the review of preliminary assessments). All notices required under this IDIQ
will be sent to all awarded contractors.
C. Evaluation Factors –Formal evaluation plans and scoring of proposals are not required
when selecting a contractor for further consideration. The agency CO shall consider the
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 62 of 102
best value for the Government by reviewing past performance, related experience,
technical capabilities, price assessment, and any other agency specific criteria in making
its selection decision for best value.
D. Debriefs –The agency CO shall notify the unsuccessful contractor(s) they
are no longer being considered and provide an opportunity for
debriefings.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 69 of 111
PART II -CONTRACT CLAUSES
SECTION I -CONTRACT CLAUSES
I.1 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2)(FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text
available. Also, the full text of a clause may be accessed electronically at this/these address(es):
Federal Acquisition Regulation (FAR) (clauses starting with 52): http://www.arnet.gov/far/
I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
52.202-1 Definitions NOV 2013
52.203-5 Covenant Against Contingent Fees MAY 2014
52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006
52.203-7 Anti-Kickback Procedures MAY 2014
52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014
To Inform Employees of Whistleblower Rights
52.204-7 System for Award Management JUL 2013
52.211-6 Brand Name or Equal AUG 1999
52.212-4 Contract Terms and Conditions--Commercial Items DEC 2014
CLAUSES INCORPORATED BY FULL TEXT
52.216-27 SINGLE OR MULTIPLE AWARDS. (OCT 1995)
(End of provision)
CLAUSES INCORPORATED BY REFERENCE
52.225-14 Inconsistency Between English Version And Translation Of FEB 2000
Contract
52.232-11 Extras APR 1984
52.233-3 Protest After Award AUG 1996
52.247-34 F.O.B. Destination NOV 1991
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2014
The Government of a Terrorist Country
252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to
Perform APR 2003
252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997
252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012
Reports
252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract
Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997
252.243-7001 Pricing Of Contract Modifications DEC 1991
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 70 of 111
CLAUSES INCORPORATED BY FULL TEXT
52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (APR 2014)
(a) North American Industry Classification System (NAICS) code and small business size standard. The
NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet
(SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but
which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before
the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as
otherwise specified in the solicitation. As a minimum, offers must show--
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the
requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those
representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including contract numbers, points of contact with
telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all
terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations
or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from
the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time
specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at
no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during
preaward testing.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 71 of 111
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or
commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated
separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers:
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach
the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified
in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that
offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in
the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is
received before award is made, the Contracting Officer determines that accepting the late offer would not unduly
delay the acquisition; and--
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at
the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the
date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for
receipt of offers and was under the Government's control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the
Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date
stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation,
or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be
received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and
urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the
closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified
in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of
offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile
offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers,
subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in
person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of
the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and
award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's
best terms from a price and technical standpoint. However, the Government reserves the right to conduct
discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all
offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor
irregularities in offers received.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 72 of 111
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror
qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted
for quantities less than those specified. The Government reserves the right to make an award on any item for a
quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal
Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications,
standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a
request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW,
Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued
this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation
may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision.
Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST
websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point
(DoDSSP) by--
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,
Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation,
publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of
$3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management
(SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the
annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name
and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of
the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts
(see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun
and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling
1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States
must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an
offeror for a Government contract when contacting the local Dun and Bradstreet office.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 73 of 111
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer,
the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database
prior to award, during performance and through final payment of any contract resulting from this solicitation. If
the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer,
the Contracting Officer will proceed to award to the next otherwise successful registered
Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM
database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the
following information, if applicable:
(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past
performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection
procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by
the agency.
(End of provision)
52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS.
PLEASE READ CAREFULLY: To assure timely and equitable evaluation of proposals, interested parties
must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond
directly to the requirements of this solicitation. Offeror(s) are encouraged to ask questions regarding this
solicitation. Technical related questions will be accepted by email up to @5:00 PM Kuwait Time or 9:00 AM
Eastern Time (ET) on 23 March 2015. This requirement is to procure the following:
The purpose of this solicitation is for the acquisition of Household Furniture and Appliances for various camps
throughout Kuwait. An Indefinite Delivery Indefinite Quantity (IDIQ) type contract is intended with a one (12)
month base and three (3) twelve (12) month option periods. The minimum dollar value is 3,000.00, with a
maximum dollar value of $10,000,000.00 (including options).
BASIS FOR AWARD: The Government intends to make an award to the Offeror whose proposal represents the
best value to the Government, with all factors 1) Technical Approach, 2) Delivery Time, 3) Price considered as
described below. All evaluation factors other than price, when combined, are approximately more important than
price. Accordingly, award may be made to an Offeror other than the lowest priced Offeror, if that higher-priced
Offeror provides the best value.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 74 of 111
The evaluation factors used for this source selection: 1) Technical Approach 2) Delivery Time, 3) Price. The
evaluation factors other than price, when combined, are approximately more important than price. The non-price
factors are of approximately equal importance.
Contracting Office Points of Contact:
The Contracting Officer for this solicitation is: Ms. Sheri Smith
Email address for Contracting Officer is: [email protected]
The Contract Specialist for this solicitation is: SFC MCCORMACK
Email address for Contract Specialist is: [email protected]
Proposal Preparation Instructions
1. Offerors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449. In doing so,
the offeror agrees to the contract terms and conditions as written in the solicitation, with attachments and IAW
the specifications.
2. Offerors shall insert proposed minimum and maximum quantities, unit price and (total) prices (“AMOUNT”) in
the Pricing Schedule B portion of the SF 1449 under Contract Line Item Number (CLIN).
3. Descriptive specifications of the proposed furniture shall be included with the proposal. In addition to
descriptive specification proposals shall include pictures.
4. In regard to submission of proposals, the Government requires the Offeror to submit their proposal
electronically via email delivery. The Offeror’s proposal shall consist of two separate volumes, each bound
separately as follows:
a. Electronic Proposal Delivery: Offerors are advised that delays can be experienced with the base
email system. Proposals shall be emailed to arrive at the following email address by the required
date. Offerors may send their Proposal using multiple emails and it is advised that number systems
such as “email 1 of 4” are used so that if requested by the offeror, we can confirm receipt.
b. Formal Communication: Offerors should submit formal communications such as requests for
clarifications and/or information concerning this solicitation via email to the following email
address NO LATER THAN Five (5) CALENDAR DAYS prior to receipt of proposal date to
[email protected] and [email protected]
c. Solicitation Closing Date and Time: 1 APRIL 2015, @ 5:00 PM local time (Kuwait City,
Kuwait) (+3GMT) or 9:00 AM Eastern Time (ET). Proposals received after this date and time
may be rejected by the Government.
Page Count. The page count is as follows:
Proposal Parts Page Count
Volume I – Technical Approach
The offeror shall provide two
(2) versions of Volume I – Technical Proposal. One
version shall be the original, and the other version
shall be a redacted copy.
Redacted – means free of any identifiable company
logos, company name or information.
NTE 35 pages including, covers, title pages,
executive summaries, and table of contents and
supporting documentation.
Volume II – Time of Delivery No Page limit
Volume III – Price (submit one (1) copy ) No Page Limit
5. Proposals shall be valid for ninety (90) days after receipt.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 75 of 111
6. Complete the fill-ins and certifications in the provisions as necessary. Return completed provision FAR 52.212-
3 or provide a statement that acknowledges that the annual representation and certification at Systems for
Awards Management (SAMS) are complete. Submission of the first page of SAMS is also acceptable.
7. The proposal and all submittals shall be submitted electronically and in English.
8. To be considered for evaluation, all offerors must submit an electronic proposal to the Contract Officer and
Contract Specialist. Submit any question or concerns to the Contracting Officer or Contract Specialist (Listed
above in the Points of Contact paragraph) no later than the stated due date and time in block 8 of the SF 1449.
Questions and answers will be addressed in solicitation amendments; re-establishing cut-off dates. Submission
of proposals via fax or hand-carry will not be accepted.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 69 of 102
9. Offerors are cautioned to submit all required information in the format specified in the Instructions to Offerors.
Offerors shall assume that the Government has no prior knowledge of their product, and will base its technical
evaluation entirely on the information presented in the offerors proposal.
10. Offerors shall acknowledge all solicitation amendments.
Omission of any significant aspect of the proposal may render your proposal technically unacceptable. Late
Proposals (if applicable): Proposals that are received late according to FAR 52.212-1(f) will not be considered.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 77 of 111
Request for Proposal format Offerors
are permitted to attach files to their Proposal’s as requested.
For questions regarding this solicitation, e-mail is the preferred method. E-mail questions to the Contracting Officer
or the Contract Specialist (listed above in the Points of Contact paragraph).
Amendments to the Solicitation
If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall
acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s).
Failure to acknowledge an amendment by the date and time specified may result in rejection of the Proposal.
Exchanges with Offerors after Receipt of Proposal.
The Government intends to evaluate proposals and award one or more contracts based on best value to the Government
and without discussions with Offerors. Therefore, the offerors’ initial offer should contain the offerors’s best terms
from a price and technical standpoint; however, the Government reserves the right to conduct discussions if later
determined by the Contracting Officer to be necessary. The Government may reject any or all proposals if such action
is in the public interest; we could accept other than the lowest proposal, if the lowest proposal is technically
unacceptable.
FACTORS AND SUB-FACTORS TO BE EVALUATED
FACTOR I: TECHNICAL APPROACH
FACTOR II: DELIVERY TIME
FACTOR III: PRICE
Evaluation:
All proposals shall be subject to evaluation by a team of Government advisors in accordance with the evaluation
criteria stated in the solicitation and this plan.
1. Technical Evaluation: At a minimum, the proposal shall address the minimum technical specifications
outlined in the Request for Proposal (RFP).
2. Time of Delivery: Offeror must be able to provide requested items no later than thirty (30) days from
contract award or task order award.
3. Price Evaluation: Offerors shall insert the unit price for each separately priced item and complete
extended prices in the pricing schedule; partial proposals will not be considered. State quantity discounts you offer.
The offeror’s proposed price will be evaluated based on price reasonableness in accordance with FAR Subpart
15.4041(b). The Government will evaluate the vendor's pricing for award purposes by adding the total of all
pricing, including all option periods, IAW FAR 15.404-1(b)(2). The Government may choose to exercise the
Extension of Services at the end of the performance period (base period), utilizing the rates of that performance
period.
The offeror’s proposed price will be evaluated based on price reasonableness in accordance with FAR Subpart
15.404-1(b). The evaluation may include, but is not limited to:
(a) Price comparison with other offerors
(b) Completeness: All separately priced items and extended prices completed in the pricing
schedule.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 78 of 111
(c) Comparison with independent Government costs estimates
Adjectival Ratings:
Proposal will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival
ratings for Technical:
i) Rating - Good
Description Based on the offeror’s technical proposal , the Government has a reasonable expectation that the offeror
will successfully perform the required effort, or the offerors performance record is unknown.
ii) Rating- Satisfactory
Description Based on the offeror’s technical proposal , the Government has a reasonable expectation that the offeror
will meet satisfactory the performance equired effort, or the offerors performance record is unknown.
iii) Rating - Unsatisfactory
Description Based on the offeror’s technical proposal , the Government has no reasonable expectation that the
offeror will be able to successfully perform the required effort.
Offerors receiving an Unsatisfactory rating for the Technical factor will not receive further consideration.
Acquisition Type:
The Government will award one or more Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) to the
responsible vendor(s) whose proposal(s) conform(s) to the solicitation, W912D1-15-R-0012, and is (are) most
advantageous to the Government based on BEST VALUE TO THE GOVERNMENT.
CLAUSES INCORPORATED BY FULL TEXT
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers:
4. Technical capability to meet the Government requirements. In order for the quote to be considered
technically acceptable, the Government will make a determination of technical acceptability by evaluating the
following:
Product specification literature demonstrating that the offeror is able to meet the Government’s requirement.
5. Price: The Government will evaluate the vendor's pricing for award purposes by adding the total of all
pricing, including all option periods, IAW FAR 15.404-1(b)(2).
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options
to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the
option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the
option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror
within the time for acceptance specified in the offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer),
whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 79 of 111
(End of provision)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2014)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual
representations and certification electronically via the System for Award Management (SAM) Web site accessed
through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications
electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.
(a) Definitions. As used in this provision
“Economically disadvantaged women-owned small business (EDWOSB) Concern” means a small business concern
that is at least 51 percent directly and unconditionally owned by, and the management and daily
business operations of which are controlled by, one or more women who are citizens of the United States and who
are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned
small business eligible under the WOSB Program.
"Forced or indentured child labor" means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and
for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be
accomplished by process or penalties.
Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or
controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises
control of the highest level owner.
Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control
include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of
interests among family members, shared facilities and equipment, and the common use of employees.
Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic
corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c).
Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except--
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 80 of 111
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or otherwise made or
processed from raw materials into the finished product that is to be provided to the Government. If a product is
disassembled and reassembled, the place of reassembly is not the place of manufacture.
Restricted business operations means business operations in Sudan that include power production activities, mineral
extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the
Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include
business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment
Act of 2007) conducting the business can demonstrate--
(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of
the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such
authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian
organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.
Sensitive technology--
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used
specifically--
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not have the
authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act
(50 U.S.C. 1702(b)(3)).
Service-disabled veteran-owned small business concern--
(1) Means a small business concern--
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 81 of 111
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any
publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled
veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled
veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent
caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is
serviceconnected, as defined in 38 U.S.C. 101(16).
"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not
dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business
under the criteria in 13 CFR Part 121 and size standards in this solicitation.
Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the
size standard applicable to the acquisition, that--
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as
defined at 13 CFR 124.104) individuals who are citizens of the United States; and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into
account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by
individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
Subsidiary means an entity in which more than 50 percent of the entity is owned--
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
Veteran-owned small business concern means a small business concern--
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the
case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more
veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
"Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or
in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more
women; and whose management and daily business operations are controlled by one or more women.
"Women-owned small business concern" means a small business concern--
(1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least
51 percent of its stock is owned by one or more women; or
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 82 of 111
(2) Whose management and daily business operations are controlled by one or more women.
Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR
part 127)”, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the
management and daily business operations of which are controlled by, one or more women who are citizens of the
United States.
(b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this
provision do not automatically change the representations and certifications posted electronically on the SAM
website.
(2) The offeror has completed the annual representations and certifications electronically via the SAM website
accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies
by submission of this offer that the representations and certifications currently posted electronically at FAR
52.2123, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12
months, are current, accurate, complete, and applicable to this solicitation (including the business size standard
applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this
offer by reference (see FAR 4.1201), except for paragraphs ___ .
[Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for
the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also
incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided
by the offeror are applicable to this solicitation only, and do not result in an update to the representations and
certifications posted electronically on ORCA.]
(c) Offerors must complete the following representations when the resulting contract will be performed in the
United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a small
business concern.
(2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is
not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as
a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its
offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern.
(4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small
disadvantaged business concern as defined in 13 CFR 124.1002.
(5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a
womenowned small business concern.
Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to
exceed the simplified acquisition threshold.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a
womenowned small business concern in paragraph (c)(5) of this provision.] The offeror represents that--
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 83 of 111
(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the
required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been
issued that affects its eligibility; and
(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and
the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the
WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB
concern eligible under the WOSB Program and other small businesses that are participating in the joint venture:
___ .] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a
separate signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror
represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror
represents that--
(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB
Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the
joint venture. [The offeror shall enter the name or names of the EDWOSB concern and
other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in
the joint venture shall submit a separate signed copy of the EDWOSB representation.
(8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a
womenowned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this
provision.) The offeror represents that it ( ___ ) is, a women-owned business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may
identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror
or first-tier subcontractors) amount to more than 50 percent of the contract price:
___
(10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that--
(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation,
on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration,
and no material changes in ownership and control, principal office, or HUBZone employee percentage have
occurred since it was certified in accordance with 13 CFR Part 126; and
(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part
126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business
concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone
small business concerns participating in the HUBZone joint venture: ___ .] Each HUBZone small business
concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone
representation.
(d) Certifications and representations required to implement provisions of Executive Order 11246--
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 84 of 111
(1) Previous Contracts and Compliance. The offeror represents that--
(i) It ( ___ ) has, ( ___ ) has not, participated in a previous contract or subcontract subject either to the Equal
Opportunity clause of this solicitation, the and
(ii) It ( ___ ) has, ( ___ ) has not, filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that--
(i) It ( ___ ) has developed and has on file, ( ___ ) has not developed and does not have on file, at each
establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR
Subparts 60-1 and 60-2), or
(ii) It ( ___ ) has not previously had contracts subject to the written affirmative action programs requirement
of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the
contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge
and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any
resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on
behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB
Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not
report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were
made.
(f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1,
Buy American --Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic
end product and that for other than COTS items, the offeror has considered components of unknown origin to have
been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products
those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end
product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of
“domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic
end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation
entitled “Buy American--Supplies.” (2) Foreign End Products:
Line Item
No.
Country of
Origin
___ ___
___ ___
___ ___
(List as necessary)
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 85 of 111
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR
52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this
provision, is a domestic end product and that for other than COTS items, the offeror has considered components
of unknown origin to have been mined, produced, or manufactured outside the United States. The terms
``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf
(COTS) item,''
``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,''
``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause
of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.''
(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than
Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the
clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'':
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian
End Products) or Israeli End Products:
Line Item
No.
Country of
Origin
___ ___
___ ___
___ ___
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii)
of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-
Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the
United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does
not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End
Products:
Line Item
No.
Country of
Origin
___ ___
___ ___
___ ___
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 86 of 111
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If
Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii)
for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this
solicitation entitled "Buy American -Free Trade Agreements-Israeli Trade Act":
Canadian End Products:
Line Item
No.
___
___
___
[List as necessary]
(3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II
to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for
paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as
defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act":
Canadian or Israeli End Products:
Line Item
No.
Country of
Origin
___ ___
___ ___
___ ___
[List as necessary]
(4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the
clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph
(g)(1)(ii) of the basic provision:
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 87 of 111
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other
than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as
defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'':
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or
Peruvian End Products) or Israeli End Products:
Line Item
No.
Country of
Origin
___ ___
___ ___
___ ___
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included
in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a
U.S.made or designated country end product, as defined in the clause of this solicitation entitled ``Trade
Agreements''.
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country
end products.
Other End Products:
Line Item
No.
Country of
Origin
___ ___
___ ___
___ ___
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For
line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated
country end products without regard to the restrictions of the Buy American statute. The Government will consider
for award only offers of U.S.-made or designated country end products unless the Contracting
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 88 of 111
Officer determines that there are no offers for such products or that the offers for such products are insufficient to
fulfill the requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is
expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and
belief, that --
(1) The offeror and/or any of its principals ( ___ ) are, ( ___ ) are not presently debarred, suspended,
proposed for debarment, or declared ineligible for the award of contracts by any Federal agency,
(2) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been convicted of or had a
civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal
or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax
laws, or receiving stolen property; and
(3) ( ___ ) Are, ( ___ ) are not presently indicted for, or otherwise criminally or civilly charged by a
Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been notified of any
delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability
is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge
to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay
the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced
collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the
taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final
tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has
exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has
been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of
Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien
filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the
taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax
liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has
exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is
making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because
the taxpayer is not currently required to make full payment.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 89 of 111
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced
collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The
Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are
included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless
excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product Listed Countriesof Origin
___ ___
___ ___
___ ___
(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1)
of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]
[ ___ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product.
[ ___ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has
made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or
manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies
that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of
manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of
manufacture of the end products it expects to provide in response to this solicitation is predominantly—
(1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured
in the United States exceeds the total anticipated price of offered end products manufactured outside the United
States); or
(2) ( ___ ) Outside the United States.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 90 of 111
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of
manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of
manufacture of the end products it expects to provide in response to this solicitation is predominantly--
(1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured
in the United States exceeds the total anticipated price of offered end products manufactured outside the United
States); or
(2) ( ___ ) Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification
by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by
its subcontractor if it subcontracts out the exempt services.)
[The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
[ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The
offeror ( ___ ) does ( ___ ) does not certify that—
(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental
purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial
quantities to the general public in the course of normal business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see
FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the
contract will be the same as that used for these employees and equivalent employees servicing the same equipment
of commercial customers.
[ ___ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ___ ) does ( ___ ) does not
certify that—
(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are
provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial
quantities in the course of normal business operations;
(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market
prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend only a small portion of
his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than
20 percent of available hours during the contract period if the contract period is less than a month) servicing the
Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the
contract is the same as that used for these employees and equivalent employees servicing commercial customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies—
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 91 of 111
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did
not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the
Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification
in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of
this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is
required to provide this information to the SAM database to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply
with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041,
6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the
offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the
payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS
records to verify the accuracy of the offeror's TIN.
(3) Taxpayer Identification Number (TIN).
( ___ ) TIN: --------------------.
( ___ ) TIN has been applied for.
( ___ ) TIN is not required because:
( ___ ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income
effectively connected with the conduct of a trade or business in the United States and does not have an office or
place of business or a fiscal paying agent in the United States;
( ___ ) Offeror is an agency or instrumentality of a foreign government;
( ___ ) Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
( ___ ) Sole proprietorship;
( ___ ) Partnership;
( ___ ) Corporate entity (not tax-exempt);
( ___ ) Corporate entity (tax-exempt);
( ___ ) Government entity (Federal, State, or local);
( ___ ) Foreign government;
( ___ ) International organization per 26 CFR 1.6049-4;
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 92 of 111
( ___ ) Other ----------.
(5) Common parent.
( ___ ) Offeror is not owned or controlled by a common parent;
( ___ ) Name and TIN of common parent:
Name - ___ .
TIN - ___ .
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror
does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations—
(1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts
with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the
exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.
(2) Representation. By submission of its offer, the offeror represents that--
(i) It is not an inverted domestic corporation; and
(ii) It is not a subsidiary of an inverted domestic corporation.
(o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran.
(1) The offeror shall email questions concerning sensitive technology to the Department of State at
(2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in
paragraph (o)(3) of this provision, by submission of its offer, the offeror--
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology
to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the
direction of, the government of Iran;
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities
for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and
(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in
any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or
affiliates, the property and interests in property of which are blocked pursuant to the
International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated
Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf).
(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if—
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 93 of 111
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision);
and
(ii) The offeror has certified that all the offered products to be supplied are designated country end products.
(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in
SAM or a requirement to have a DUNS Number in the solicitation.
(1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more
than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if
applicable, paragraph (3) of this provision for each participant in the joint venture.
(2) If the Offeror indicates ``has'' in paragraph (p)(1) of this provision, enter the following information:
Immediate owner CAGE code:
___
Immediate owner legal name:
___
(Do not use a ``doing business as'' name)
Is the immediate owner owned or controlled by another entity: [
___ ] Yes or [ ___ ] No.
(3) If the Offeror indicates ``yes'' in paragraph (p)(2) of this provision, indicating that the immediate owner is owned
or controlled by another entity, then enter the following information:
Highest-level owner CAGE code:
___
Highest-level owner legal name:
___
(Do not use a ``doing business as'' name)
(End of provision)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS—COMMERCIAL ITEMS (DEVIATION 2013-O0019) (DEC 2014)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and
does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 94 of 111
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General,
shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions
related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any
shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If
this contract is completely or partially terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes
clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available
until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other
data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record
that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow
down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless
otherwise indicated below, the extent of the flow down shall be as required by the clause—
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1
(41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts
that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business
concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must
include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance
with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O.
13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41,
Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
_X__ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration,
or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-
Requirements (Feb 2009) (41 U.S.C. 351, et seq.)
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 95 of 111
(xii) 52.222-54, Employment Eligibility Verification (Jul 2012).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247).
Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx
1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of
additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of a Indefinite Delivery Indefinite Quantity, Multiple Award Task Order
Contract (MATOC) resulting from this solicitation.
.
(End of provision)
52.216-27 -- Single or Multiple Awards. (Oct 1995)
The Government may elect to award a single delivery order contract or task order contract or to
award multiple delivery order contracts or task order contracts for the same or similar supplies or
services to two or more sources under this solicitation.
(End of Provision)
252.216-7006 Ordering.
As prescribed in 216.506(a), use the following clause:
ORDERING (MAY 2011)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance
of delivery orders or task orders by the individuals or activities designated in the contract
schedule. Such orders may be issued from date of contract award.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract.
In the event of conflict between a delivery order or task order and this contract, the contract shall
control.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 96 of 111
(c)(1) If issued electronically, the order is considered “issued” when a copy has been posted to
the Electronic Document Access system, and notice has been sent to the Contractor.
(2) If mailed or transmitted by facsimile, a delivery order or task order is
considered “issued” when the Government deposits the order in the mail or
transmits by facsimile. Mailing includes transmittal by U.S. mail or private
delivery services.
(3) Orders may be issued orally only if authorized in the schedule.
(End of clause)
52.216-19 ORDER LIMITATIONS. (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of
less than $3,000 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those
supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor:
(1) Any order for a single item in excess of $150,000;
(2) Any order for a combination of items in excess of $10,000,000.00; or
(3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the
limitation in subparagraph (1) or (2) above.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the
Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from
the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the
maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10
days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and
the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
CONTRACT MINIMUM and MAXIMUM AMOUNTS
The minimum amount for all orders issued against this contract shall not be less than $3,000.00. The
maximum amount for all orders issued against this contract shall not exceed $10,000,000.
(End of clause)
52.216-22 INDEFINITE QUANTITY. (OCT 1995)
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 97 of 111
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period
stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are
not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering
clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in
the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall
order at least the quantity of supplies or services designated in the Schedule as the "minimum".
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit
on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple
destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be
completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and
Government's rights and obligations with respect to that order to the same extent as if the order were completed
during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries
under this contract after 14 June 2019.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor before contract
expiration: provided that the Government gives the Contractor a preliminary written notice of its intent to extend at
least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option
clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not
exceed four years.
(End of clause)
52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000)
If the Government receives offers in more than one currency, the Government will evaluate offers by converting the
foreign currency to United States currency using www.oanda.com in effect as follows:
(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.
(b) For acquisitions conducted using negotiation procedures--
(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise
(2) On the date specified for receipt of proposal revisions.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 98 of 111
(End of provision)
52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an
agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served
on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from
Sheri Smith
DSN: 318-430-4065
COM: 011-965-2221-4065
CELL: 011-965-9722-6476
Email NIPR: [email protected]
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest
with the GAO.
(End of provision)
52.233-3 PROTEST AFTER AWARD (AUG. 1996)
(a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see
FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop
performance of the work called for by this contract. The order shall be specifically identified as a stop-work order
issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take
all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period
of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either--
(1) Cancel the stop-work order; or
(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the
Government, clause of this contract.
(b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the
Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule
or contract price, or both, and the contract shall be modified, in writing, accordingly, if--
(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly
allocable to, the performance of any part of this contract; and
(2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work
stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may
receive and act upon a proposal at any time before final payment under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the
Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving
at the termination settlement.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 99 of 111
(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting
Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.
(e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause.
(f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a
protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or
33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such
costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the
Government may collect this debt by offsetting the amount against any payment due the Contractor under any
contract between the Contractor and the Government.
(End of clause)
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
United States law will apply to resolve any claim of breach of this contract.
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is
cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its
quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by
paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a
solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may
be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an
authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any deviation (48 CFR Chapter 1) provision with an authorized deviation is
indicated by the addition of "(DEVIATION)" after the name of the regulation.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 100 of 111
(End of provision)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause
with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Service (48 CFR 1) clause with an authorized deviation is
indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013)
(a) Definitions. As used in this clause'
Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on
machine-readable media.
Concatenated unique item identifier means--
(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data
elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise
identifier; or
(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique
identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number;
and serial number within the original part, lot, or batch number.
Data Matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round
modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200
(ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical
Commission (IEC) 16022.
Data qualifier means a specified character (or string of characters) that immediately precedes a data field that
defines the general category or intended use of the data that follows.
DoD recognized unique identification equivalent means a unique identification method that is in commercial use
and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at
http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.
DoD item unique identification means a system of marking items delivered to DoD with unique item identifiers that
have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are
serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise
identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the
enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the
original part, lot, or batch number; and the serial number.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 101 of 111
Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to
items.
Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency.
Government's unit acquisition cost means--
(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of
delivery;
(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened
unit cost to the Government at the time of delivery; and
(3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost
to the Government at the time of delivery.
Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g.,
Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee
135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or
the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and
Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council
(EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing
Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/Normontwikkeling/Certificatieschemas-
enkeurmerken/Schemabeheer/ISOIEC-15459.htm.
Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise
identifier.
Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or
constituent parts.
Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually
referred to as either a lot or a batch, all of which were manufactured under identical conditions.
Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons,
radio frequency identification, or optical memory cards.
Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class
of items with the same form, fit, function, and interface.
Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a
unique item identifier or DoD recognized unique identification equivalent.
Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the
enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is
never used again within the enterprise.
Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the
enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or
batch number assignment.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 102 of 111
Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique
among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for
ensuring unique serialization within the enterprise identifier.
Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is
assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for
ensuring unique serialization within the part, lot, or batch number within the enterprise identifier.
Type designation means a combination of letters and numerals assigned by the Government to a major end item,
assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the
same basic name and to indicate modifications and changes thereto.
Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The
term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.
Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been
used. The current list of accepted unique item identifier types is maintained at
http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.
(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.
(c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following:
(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the
following line items: N/A None of the items has a unit acquisition cost exceeding $5,000
(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the
Schedule or the following table:
------------------------------------------------------------------------
Contract line, subline, or exhibit
line item No. Item description ------------------------------------------------------------------------
1. Mattress Hotel Quality Mattress 90x190x23
2. Mattress
Hotel Quality Mattress 150x200x23
3. Iron
Steam Iron
4. Microwave
White
5. Television 32inch, LCD
6. DVD Player
7. Refrigerator 5 cu ft,
8. Refrigerator 6.7 cu ft,
9. Vacuum Cleaner
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 103 of 111
10. Lamp
Desk Lamp
11. Chair
Black Leather Chair
12. TV Stand
Mahogany with 4 drawers
13. Mattress
Hotel Quality Mattress 99x203
14. Bed Frame
Oak, Twin Size Bed with 2 drawers
15. Metal Bed
Black Metal Bed, 120x190cm
16. Metal Bed
Black Metal Bed 150x200cm
17. Night Stand
Oak
18. Wardrobe
Oak, 2 door
19. TV Stand
Oak
20. Desk Oak
21. Wall Lockers Metal
22. Dishwashers
23. Stove/Range Electric
24. Washer Top Load Laundry Washer
25. Dryer Laundry dryer
26. Cipher Locks
27. Shop Vacuum
...................................
------------------------------------------------------------------------
(If items are identified in the Schedule, insert ``See Schedule'' in this table.)
(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements,
DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ----.
(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for
preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ----.
(v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or
(iv) of this clause for which the contractor creates and marks a unique item identifier for traceability.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 104 of 111
(2) The unique item identifier assignment and its component data element combination shall not be duplicated on
any other item marked or registered in the DoD Item Unique Identification Registry by the contractor.
(3) The unique item identifier component data elements shall be marked on an item using two dimensional data
matrix symbology that complies with ISO/IEC International Standard 16022, Information technology--
International symbology specification--Data matrix; ECC200 data matrix specification.
(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that--
(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix
symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the
Contractor:
(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance
with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact
Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.
(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with
ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data
Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard.
(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in
accordance with the Air Transport Association Common Support Data Dictionary; and
(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of
messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434,
Information Technology-Transfer Syntax for High Capacity Automatic Data Capture Media.
(5) Unique item identifier.
(i) The Contractor shall--
(A) Determine whether to--
(1) Serialize within the enterprise identifier;
(2) Serialize within the part, lot, or batch number; or
(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and
(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized
unique
identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch
number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-
STD130, Identification Marking of U.S. Military Property, latest version;
(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with
the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and
(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine
readable and conform to the applicable standards. The contractor shall use an automatic identification technology
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 105 of 111
device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest
version.
(ii) The issuing agency code--
(A) Shall not be placed on the item; and
(B) Shall be derived from the data qualifier for the enterprise identifier.
(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when
item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of
the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the
time of delivery, as part of the Material Inspection and Receiving Report, the following information:
(1) Unique item identifier.
(2) Unique item identifier type.
(3) Issuing agency code (if concatenated unique item identifier is used).
(4) Enterprise identifier (if concatenated unique item identifier is used).
(5) Original part number (if there is serialization within the original part number).
(6) Lot or batch number (if there is serialization within the lot or batch number).
(7) Current part number (optional and only if not the same as the original part number).
(8) Current part number effective date (optional and only if current part number is used).
(9) Serial number (if concatenated unique item identifier is used).
(10) Government's unit acquisition cost.
(11) Unit of measure.
(e) For embedded subassemblies, components, and parts that require DoD unique item identification under
paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection
and Receiving Report specified elsewhere in this contract, the following information:
(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded
subassembly, component, or part.
(2) Unique item identifier of the embedded subassembly, component, or part.
(3) Unique item identifier type.**
(4) Issuing agency code (if concatenated unique item identifier is used).**
(5) Enterprise identifier (if concatenated unique item identifier is used).**
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 106 of 111
(6) Original part number (if there is serialization within the original part number).**
(7) Lot or batch number (if there is serialization within the lot or batch number).**
(8) Current part number (optional and only if not the same as the original part number).**
(9) Current part number effective date (optional and only if current part number is used).**
(10) Serial number (if concatenated unique item identifier is used).**
(11) Description.
(12) Type designation of the item as specified in the contract schedule, if any.
(13) Whether the item is an item of Special Tooling or Special Test Equipment.
(14) Whether the item is covered by a warranty.
** Once per item.
(e) For embedded subassemblies, components, and parts that require DoD item unique identification under
paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph
(c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in
this contract, the following information:
(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:
(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in
accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the
contractor is not using WAWF, follow the procedures at
http://dodprocurementtoolbox.com/site/uidregistry/.
(2) Embedded items shall be reported by one of the following methods--
(i) Use of the embedded items capability in WAWF;
(ii) Direct data submission to the IUID Registry following the procedures and formats at
http://dodprocurementtoolbox.com/site/uidregistry/; or
(iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ----, Unique Item Identifier
Report for Embedded Items, Contract Data Requirements List, DD Form 1423.
(g) Subcontracts. If the Contractor acquires by contract any items for which item unique identification is required in
accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph
(g), in the applicable subcontract(s), including subcontracts for commercial items.
(End of clause)
CLAUSES INCORPORATED BY REFERENCE
252.225-7003 Report of Intended Performance Outside the United States OCT 2010
and Canada--Submission with Offer
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 107 of 111
CLAUSES INCORPORATED BY FULL TEXT
252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS
OUTSIDE THE UNITED STATES (MAR 2006)
(a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and
outlying areas.
(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or
traveling outside the United States under this contract, shall--
(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;
(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a nontransitory
basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country
nationals comply with any security related requirements of the Embassy of their nationality;
(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information
commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel
and their families, to the extent such information can be made available prior to travel outside the United States;
and
(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and
subcontractor personnel.
(c) The requirements of this clause do not apply to any subcontractor that is--
(1) A foreign government;
(2) A representative of a foreign government; or
(3) A foreign corporation wholly owned by a foreign government.
(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT,
commercial phone 703-692-9832.
(End of clause)
KSCR1-6 – COMPLIANCE WITH LAWS AND REGULATIONS (AUG 2010)
(a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their
employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and
Central Command orders and directives applicable to personnel in Kuwait including but not limited to
USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions,
policies and directives.
(b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority
to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are
subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition
on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human
casualties or military security measures.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 108 of 111
(c) Contractor employees may be ordered removed from secure military installations or the theater of
operations by order of the senior military commander of the battle space for acts that disrupt good order and
discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall
immediately comply with any such order to remove its contractor employee.
(d) Contractor employees performing in the USCENTCOM Area of Responsibility (AOR) may be subject to
the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction
Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ),
and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while
performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may
be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements.
(e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or
accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under
the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or
contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court
Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement
within the AOR or administratively attached to a military command pending resolution of a criminal investigation.
(f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect
an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to
secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate
the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to
depart Kuwait without approval from the senior U.S. commander in the country.
(End of Clause)
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 109 of 111
Wide Area Work Flow (WAWF) Vendor Instructions
252.232-7006 Wide Area WorkFlow Payment Instructions.
As prescribed in 232.7004(b), use the following clause:
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clause—
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that
uniquely identifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in
Wide Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when
payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process
vendor payment requests and receiving reports, as authorized by DFARS 252.232-
7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall—
(1) Have a designated electronic business point of contact in the System for Award
Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step
procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF
WebBased Training Course and use the Practice Training Site before submitting
payment requests through WAWF. Both can be accessed by selecting the “Web Based
Training” link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web
entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when
submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 110 of 111
___________________________________________________________
(Contracting Officer: Insert applicable document type(s).
Note: If a “Combo” document type is identified but not supportable by the
Contractor’s business systems, an “Invoice” (stand-alone) and “Receiving
Report” (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following
inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
___________________________________________________________
(Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”)
(3) Document routing. The Contractor shall use the information in the Routing Data Table
below only to fill in applicable fields in WAWF when creating payment requests and
receiving reports in the system.
Routing Data Table*
WAWF can be found at: https://wawf.eb.mil/
1. How to use WAWF
Training can be found at: http://www.wawftraining.com/ under "WAWF Vendor Getting Started Guide”. This
publication provides in-depth instructions for utilizing the WAWF system to submit your invoices electronically.
2. Required Codes for this contract are as follows:
CONTRACT NUMBER: TO BE DETERMINED
DELIVERY ORDER: TO BE DETERMINED
CAGE CODE:
PAY DODAAC: HQ0697
TYPE OF DOCUMENT:
If supply – Use Invoice and Receiving Report
combo
If service – Use 2-in-1
ISSUE BY DODAAC: W912D1
ADMIN DODAAC: W912D1
INSPECT BY DODAAC:
MARK FOR CODE:
SHIP TO CODE:
3. E-Mail Notifications
After submitting receiving reports and/or invoices, the contractor shall select the “Send More Email Notifications”
link and enter the additional e-mail addresses listed below.
Section SF 1449 - CONTINUATION SHEET W912D1-15-R-0012
Page 111 of 111
Inspector/Acceptor or
Contracting Officer
Representative (COR)
TO BE DETERMINED
Administering Contracting
Officer (if applicable)
Sheri Smith
DSN: 318-430-4065
Contract Specialist
Manuel Prado
DSN: 318-430-3973