CLAUSES INCORPORATED BY REFERENCE
52.204-7 System for Award Management OCT 2018
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.212-1 (Dev) Instructions to Offerors - Commercial Items. (DEVIATION 2018-O0018) OCT 2018
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018
52.217-5 Evaluation Of Options JUL 1990
52.219-4 (Dev) Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION 2019-O0003). DEC 2018
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7003 Agency Office of the Inspector General DEC 2012
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.246-7003 Notification of Potential Safety Issues JUN 2013
252.246-7008 Sources of Electronic Parts MAY 2018
252.247-7023 Transportation of Supplies by Sea FEB 2019
CLAUSES INCORPORATED BY FULL TEXT
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) The award will be made to the contractor whose price is the lowest of all offers determined to be qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. No trade-offs are made. The Government may make an award based on initial quotes received without discussions with quoters. Accordingly, each offer should be submitted in a completed form, without exception to any requirements.
Failure to submit mandatory information for a factor, indicated by the word SHALL, will result in a rating of "unacceptable" for that factor, and the offer will be ineligible for award.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote 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:
(i) Price
a.Offerors SHALL complete and submit the Line Item Breakdown_Pricing Schedule with their Quote and include a price for each line item. Failure to do so will result in the offer being rejected without further consideration.
b.The Contracting Officer will evaluate each Quoted price to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the Government estimate and to pricing for previous work of a similar nature.
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).
A written notice of acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a pending a bilateral contract agreement.
(End of provision)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (OCT 2018) ALTERNATE I (OCT 2014)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) 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 product and service codes (PSCs) 1000-9999, except-
(1) PSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or Service Group (PSG) 87, Agricultural Supplies;
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 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-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.
"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 its stock 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 the stock of which is owned by one or more women; and
(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 in SAM.
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by
reference (see FAR 4.1201), except for paragraphs __.
[Offeror to identify the applicable paragraphs at (c) through (u) 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 SAM.]
(c) Offerors must complete the following representations when the resulting contract is to 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 women-owned small business concern.
Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-
(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It [ ___ ] 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 women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, a women-owned business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:
___
(10) 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.
(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)
[The offeror shall check the category in which its ownership falls]:
___ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.
(d) Representations required to implement provisions of Executive Order 11246 --
(1) Previous contracts and compliance. The offeror represents that --
(i) It [ ___ ] has, [ ___ ] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; 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 parts 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]
(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) or 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
___
___
___
___
___
___
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. 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. 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 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-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 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 the offeror and/or any of its principals--
(1) [ ___ ] 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 $3,500 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. §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 appear 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. §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. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed End Product
Listed End Product: Listed Countries of 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 is 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.
(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-
(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 SAM 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;
[ ___ ] 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. The Offeror represents that--
(i) It [ ___ ] is, [ ___ ] is not an inverted domestic corporation; and
(ii) It [ ___ ] is, [ ___ ] is not a subsidiary of an inverted domestic corporation.
(o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran.
(1) The offeror shall email questions concerning sensitive technology to the Department of State at [email protected].
(2) Representation and Certification. 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 $3,500 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 https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx).
(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated country end products.
(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 unique entity identifier 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)
(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
(1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that-
(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(2) The Offeror represents that-
(i) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(ii) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.)
(1) The Offeror represents that it [ ___ ] is or [ ___ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years.
(2) If the Offeror has indicated ``is'' in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order):
Predecessor CAGE code: ____ (or mark ``Unknown'').
Predecessor legal name: ____.
(Do not use a ``doing business as'' name).
(t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (12.301(d)(1)).
(1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year.
(2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard.
(ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage.
(iii) A publicly accessible Web site includes the Offeror's own Web site or a recognized, third-party greenhouse gas emissions reporting program.
(3) If the Offeror checked ``does'' in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall
provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported:
___ .
(u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General).
(End of provision)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2019)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).
____ (ii) Alternate I (NOV 2011) of 52.219-3.
X (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
____ (ii) Alternate I (JAN 2011) of 52.219-4.
____ (13) [Reserved]
____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
____ (ii) Alternate I (Oct 1995) of 52.219-7.
____ (iii) Alternate II (Mar 2004) of 52.219-7.
____ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)).
____ (ii) Alternate I (Nov 2016) of 52.219-9.
____ (iii) Alternate II (Nov 2016) of 52.219-9.
____ (iv) Alternate III (Nov 2016) of 52.219-9.
____ (v) Alternate IV (Aug 2018) of 52.219-9.
____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).
____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).
X (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
____(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).
____ (ii) Alternate I (Feb 1999) of 52.222-26.
X (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).
____ (ii) Alternate I (July 2014) of 52.222-35.
X (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
____ (ii) Alternate I (July 2014) of 52.222-36.
X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
X (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
X (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).
____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).
____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).
____ (ii) Alternate I (OCT 2015) of 52.223-13.
____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).
____ (ii) Alternate I (Jun 2014) of 52.223-14.
____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).
____ (ii) Alternate I (Jun 2014) of 52.223-16.
X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).
____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).
____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
____ (ii) Alternate I (JAN 2017) of 52.224-3.
____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.
103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
____ (ii) Alternate I (May 2014) of 52.225-3.
____ (iii) Alternate II (May 2014) of 52.225-3.
____ (iv) Alternate III (May 2014) of 52.225-3.
____ (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150
____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332).
____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).
____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).
____ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
____ (ii) Alternate I (Apr 2003) of 52.247-64.
____ (iii) Alternate II (Feb 2006) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
X (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).
X (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
X (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).
X(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).
X (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(xi) 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.
(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).
(xiii) X (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).
(xvii)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 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)
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days.
(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 within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 66 months.
(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)
SF 1449 CONTINUATION SHEET
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001A 1 Job $__________ $_________
Coyote Valley Dam, 2-Yr Base Period
FFP
Provide preventative maintenance, periodic inspections and categorical testing/certification services for the elevator at Coyote Valley Dam, Lake Mendocino, Ukiah, CA in accordance with the Performance Work Statement dated February, 2019.
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
SUB ITEM SCHEDULE QUANTITY UNIT UNIT PRICE AMOUNT
0001AA Pre-Work Submittals 1 Job $ $
0001AB Pre-Work Meeting 1 Job $ $
0001AC Periodic Inspections and Preventive Maintenance 8 QTR YR $ $
0001AD Category 5 Periodic Testing and Certification 1 Job $ $
0001AE Contract or Management Reporting (CMR) 2 Year $ $
NET AMT $
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001B 1 Job $__________ $_________
Warm Springs Dam, 2-Yr Base Period
FFP
Provide preventative maintenance, periodic inspections and categorical testing/certification services for the elevator at Warn Springs Dam, Lake Sonoma, Geyserville, CA in accordance with the Performance Work Statement dated February, 2019.
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
SUB ITEM SCHEDULE QUANTITY UNIT UNIT PRICE AMOUNT
0001BA Pre-Work Submittals 1 Job $ $
0001BB Pre-Work Meeting 1 Job $ $
0001BC Periodic Inspections and Preventive Maintenance 8 QTR YR $ $
0001BD Category 5 Periodic Testing and Certification 1 Job $ $
0001BE Contract or Management Reporting (CMR) 2 Year $ $
NET AMT $
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002A
OPTION Over and Above - Coyote Valley Dam
2-Yr Base Period 1 LS $ 40,000 $ 40,000
FFP
Provide Emergency Service and Repairs to include Labor, Parts, Consumable Materials, and Supplies needed to restore the elevator to full operation at Coyote Valley Dam, Lake Mendocino, Ukiah, CA in accordance with the Performance Work Statement dated February, 2019.
(Not to Exceed $40,000 within the PCO Discretion)
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
0002AA Hourly Labor Rate for Repairs and Emergency Service Calls
Certified Competent Conveyance Mechanic 1 Hour $ $
0002AB Hourly Labor Rate for Repairs and Emergency Service Calls
Journeyman Conveyance Mechanic 1 Hour $ $
NET AMT $ 40,000
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002B
OPTION Over and Above - Warm Springs Dam
2-Yr Base Period 1 LS $ 40,000 $ 40,000
FFP
Provide Emergency Service and Repairs to include Labor, Parts, Consumable Materials, and Supplies needed to restore the elevator to full operation at Warm Springs Dam, Lake Sonoma, Geyserville, CA in accordance with the Performance Work Statement dated February, 2019.
(Not to Exceed $40,000 within the PCO Discretion)
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
0002BA Hourly Labor Rate for Repairs and Emergency Service Calls
Certified Competent Conveyance Mechanic 1 Hour $ $
0002BB Hourly Labor Rate for Repairs and Emergency Service Calls
Journeyman Conveyance Mechanic 1 Hour $ $
NET AMT $ 40,000
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001A 1 Job $__________ $_________
Coyote Valley Dam, 3-Yr Option Period
FFP
Provide preventative maintenance, periodic inspections and categorical testing/certification services for the elevator at Coyote Valley Dam, Lake Mendocino, Ukiah, CA in accordance with the Performance Work Statement dated February, 2019.
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
SUB ITEM SCHEDULE QUANTITY UNIT UNIT PRICE AMOUNT
1001AA Pre-Work Submittals [NOT USED] 0 Job $ $
1001AB Pre-Work Meeting [NOT USED] 0 Job $ $
1001AC Periodic Inspections and Preventive Maintenance 12 QTR YR $ $
1001AD Category 5 Periodic Testing and Certification [NOT USED] 0 Job $ $
1001AE Contract or Management Reporting (CMR) 3 Year $ $
NET AMT $
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001B 1 Job $__________ $_________
Warm Springs Dam, 3-Yr Option Period
FFP
Provide preventative maintenance, periodic inspections and categorical testing/certification services for the elevator at Warn Springs Dam, Lake Sonoma, Geyserville, CA in accordance with the Performance Work Statement dated February, 2019.
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
SUB ITEM SCHEDULE QUANTITY UNIT UNIT PRICE AMOUNT
1001BA Pre-Work Submittals [NOT USED] 0 Job $ $
1001BB Pre-Work Meeting [NOT USED] 0 Job $ $
1001BC Periodic Inspections and Preventive Maintenance 12 QTR YR $ $
1001BD Category 5 Periodic Testing and Certification [NOT USED] 0 Job $ $
1001BE Contract or Management Reporting (CMR) 3 Year $ $
NET AMT $
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002A
OPTION Over and Above - Coyote Valley Dam
3-Yr Option Period 1 LS $ 60,000 $ 60,000
FFP
Provide Emergency Service and Repairs to include Labor, Parts, Consumable Materials, and Supplies needed to restore the elevator to full operation at Coyote Valley Dam, Lake Mendocino, Ukiah, CA in accordance with the Performance Work Statement dated February, 2019.
(Not to Exceed $60,000 within the PCO Discretion)
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
1002AA Hourly Labor Rate for Repairs and Emergency Service Calls
Certified Competent Conveyance Mechanic 1 Hour $ $
1002AB Hourly Labor Rate for Repairs and Emergency Service Calls
Journeyman Conveyance Mechanic 1 Hour $ $
NET AMT $ 60,000
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002B
OPTION Over and Above - Warm Springs Dam
3-Yr Option Period 1 LS $ 60,000 $ 60,000
FFP
Provide Emergency Service and Repairs to include Labor, Parts, Consumable Materials, and Supplies needed to restore the elevator to full operation at Warm Springs Dam, Lake Sonoma, Geyserville, CA in accordance with the Performance Work Statement dated February, 2019.
(Not to Exceed $40,000 within the PCO Discretion)
FOB: Destination
Purchase Request Number: WXXXXXXXXXXXX
1002BA Hourly Labor Rate for Repairs and Emergency Service Calls
Certified Competent Conveyance Mechanic 1 Hour $ $
1002BB Hourly Labor Rate for Repairs and Emergency Service Calls
Journeyman Conveyance Mechanic 1 Hour $ $
NET AMT $ 60,000
DELIVERY INFORMATION
CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC/CAGE
0001A POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
1160 LAKE MENDOCINO DRIVE
UKIAH, CA 95482
0001B POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
3333 SKAGGS SPRINGS ROAD, GEYSERVILLE, CA 95441
0002A POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
3333 SKAGGS SPRINGS ROAD, GEYSERVILLE, CA 95441
0002B POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
3333 SKAGGS SPRINGS ROAD, GEYSERVILLE, CA 95441
2001A POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
1160 LAKE MENDOCINO DRIVE
UKIAH, CA 95482
2001B POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
3333 SKAGGS SPRINGS ROAD, GEYSERVILLE, CA 95441
2002A POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
3333 SKAGGS SPRINGS ROAD, GEYSERVILLE, CA 95441
2002B POP 01-APR-2019 to 31-MAR-2021 N/A OPNS BR LAKE MENDOCINO
CHRISTOPHER SCHOOLEY
3333 SKAGGS SPRINGS ROAD, GEYSERVILLE, CA 95441
PERFORMANCE WORK STATEMENT (PWS)
Elevator Maintenance, Inspection, Testing and Repair Services
at
Coyote Valley Dam and Warm Springs Dam
PART 1
GENERAL INFORMATION
1. General: This is a non-personal services contract to conduct elevator inspections, testing, certification, preventive maintenance, repair and emergency service call services at two separate locations: Coyote Valley Dam (CVD) at Lake Mendocino, Ukiah, CA and Warm Springs Dam (WSD) at Lake Sonoma, Geyserville, CA. Elevators shall be maintained and serviced by the Contractor to ensure their safe operation at the manufacturer's designated capacity, speed and performance, in accordance with the requirements of these specifications. Detailed descriptions of the work are contained in PART 5 Specific Tasks section of this Performance Work Statement.
1.1 The contractor shall be responsible for all costs and provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to conduct the work of this contract except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. The Contractor is responsible for the management and quality control actions to meet the requirements of the contract.
1.2 All work, materials and equipment shall be subject to the control and approval of the Contracting Officer's Representative (COR). For the purpose of this contract, the COR(s) will be designated in writing by the Contracting Officer. The role of the Government is contract administration and quality assurance, to ensure quality control standards are achieved. The Government reserves the right to conduct independent testing to verify that the requirements of this contract are being fulfilled.
1.3 BACKGROUND: Lake Mendocino is located in Mendocino County California approximately, 120 miles north of San Francisco, CA. Lake Sonoma is located in Sonoma County, approximately 80 miles north of San Francisco. Elevator inspection, testing, maintenance and repair services at CVD and WSD have traditionally been conducted on an ad-hoc basis, as inspections were due, or as needed repairs were identified.
1.4 SITE INSPECTION: Prior to submitting quotations, contractors are encouraged to inspect the site where services are to be performed to accurately observe conditions that may affect the cost of their services provided. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (FAR 52.237-1)
1.4.1 A site visit for Coyote Valley Dam will be 16 April at 9:00 am PST. The location of the site visit will be at Park Headquarters, 1160 Lake Mendocino Drive, Ukiah, CA 95482.
1.4.2 A site visit for Warm Springs Dam will be 16 April at 1:00 pm PST. The location of the WSD site visit will be at Park Headquarters, 3333 Skaggs Springs Rd. Geyserville, CA 95441.
1.5 CONTRACT AUTHORITY: The Contractor shall take no direction from any Government employee or any other person other than the KO regarding changes to the terms and conditions of this contract including the scope, or any change that impacts the cost, price or schedule. Changes authorized by the KO will be in the form of a written, official, signed modification to the contract action received by the Contractor before the Contractor will act upon those changes. The Contractor shall comply with the Changes Clause of this contract when the Contractor believes direction has been given from persons other than the KO that equate to a change by notifying the KO as directed by the clause. Any direction given by any Government employee or any other person outside their authority must be reported to the KO. The COR is limited to the authorities stated in the COR appointment letters.
1.6 PERIOD OF PERFORMANCE: This contract shall have a two (2) year base period, followed by an optional three (3) year period exercised at the discretion of the Government.
1.7 WORKING HOURS: Unless otherwise approved by the COR, all contract services (with the exception of the Emergency Call-out Service) shall be performed between 8:00 AM and 4:30 PM on Monday through Friday, excluding Federal holidays.
1.8 INSURANCE: Insurance above California State requirements for contractor insurance, workers compensation insurance and vehicle liability insurance are not required:
1.9 PERSONNEL: The Contractor shall maintain sufficient personnel, possessing the skills, knowledge, and training, to complete all of the scheduled and unscheduled work within the time and quality standards specified by the contract and the Contracting Officer.
1.9.1 A Certified Competent Conveyance Mechanic, certified by the state of California, DOSH and in current status, shall perform, or personally supervise, the routine and periodic maintenance, repair, and shall respond to all "call back" requests to make any needed corrections. The conveyance mechanic shall be the Contractor's primary point of contact with the Government for routine and periodic inspections and maintenance scheduling.
1.9.2 The Contractor shall assign additional elevator personnel to the buildings as required by the work volume to accomplish all preventive maintenance, repairs, service calls and all other contract requirements within the COR's approved time frames.
1.9.3 The Contractor and their employees shall be capable of communicating with other contractors, outside agencies and project personnel in a respectful and courteous manner.
1.9.4 All contractor personnel employed on-site shall be able to read, write, speak and understand English.
1.9.5 The Contractor shall maintain satisfactory standards of employee competency, conduct, and appearance; and promptly investigate any complaints of poor performance.
1.9.6 The Contractor shall remove immediately from the site any individual whose continued employment is deemed by the KO or the COR to be contrary to the public interest or inconsistent with the best interests of safety and security.
1.9.7 As a minimum, all Contractor and Sub-Contractor employees shall be clothed in a work shirt, pants, and shoes; and present a neat, clean, well-groomed appearance. Tank tops and shorts are unacceptable attire. Contractor employees shall be easily identifiable when on the work site. This identification is not a substitute for any government required passes or badges.
1.9.8 The Contractor shall use personal protective equipment (PPE) as identified in EM 385-1-1, Safety and Health Requirements Manual. The use of proper PPE shall be identified in the Accident Prevention Plan to meet requirements of the Contractor's activity hazard analysis. All PPE shall be in compliance with the SDS for the chemical(s) being used.
1.9.9 Contractor personnel shall possess of weapons of any kind while on Government property. This does not include tools such as pocket knives.
1.9.10 Alcoholic beverages and/or illegal substances shall not be consumed or possessed prior to or while Contractor personnel are performing contract services. The Contractor and their employees shall not be under the influence of any substance that impairs their ability to safely perform contract services. Possession or use of marijuana on Federal Government property is illegal, and will be grounds for removal.
1.9.11 The Contractor and their employees shall not smoke in or around any Government-owned structures or facilities.
1.9.12 Employees must be vetted by the Contractor through the E-Verify Program as indicated in Part 5 of this PWS.
1.10 WORK RECEPTION: The primary source of work input shall be the Contractor's maintenance schedules. Work may also be generated by service calls during breakdown and emergency conditions. The Contractor shall implement all necessary work and quality control procedures to ensure timely and acceptable accomplishment of all work requirements, as well as to permit tracking of work in progress.
1.10.1 The Contractor shall adequately plan and schedule work to assure material, labor, and equipment are available to complete work requirements within the specified response time limits and in conformance with the quality standards established in this contract. Written or verbal scheduling and reports on the status of any work item shall be provided when requested by the COR.
1.10.2 The Contractor shall provide in the Quality Control Plan and thereafter maintain telephone number(s) and point(s) of contact to enable the COR or Authorized Government Representative to contact the Contractor 24 hours a day, 7 days a week, including holidays during the contract period to request emergency service. Only the KO, a COR or Authorized Government Representative shall have the authority to request service from the contractor.
1.10.2.1 The Contractor, or the representative having authority to speak and act for the Contractor, shall be available at that telephone number during and after regular working hours and be ready to provide the required services specified by the contract.
1.10.2.2 The use of telephone answering and recording devices, or pagers are an acceptable means to satisfy this requirement, provided that the Contractor consistently checks the messages, and returns the call within thirty (60) minutes of having been called by the COR or their representative.
1.11 Contractor Vehicle Identification: All Contractor vehicles shall be identified with the company name or logo conspicuously displayed. Professionally made magnetic signs, pressure sensitive decals or adhesive decals may be used to comply with this specification.
1.12 The Contractor shall comply with all applicable Federal, State, and local regulations governing elevator maintenance and inspections. Acceptable quality levels of performance and remedies for failure to meet the acceptable levels are outlined in the "Performance Requirements Summary", contained in Attachment 1.
1.13 The Contractor shall schedule and arrange work during normal working hours so as to cause a minimal amount of interference with the normal Government business and mission. In those cases where some interference may be unavoidable, the Contractor shall be responsible to make every effort to minimize the impact of the interference.
1.14 LOG BOOKS: The Contractor and their employees shall be responsible for maintaining accurate and detailed records of inspections, testing, certification, preventive maintenance and repair services to the elevator systems provided under this contract.
1.14.1 The log books must include the dates of the service, names of participating personnel, reason for service, and description of tasks performed, including tests and inspections, reports, trouble calls, corrective actions, recommendations, or any other incidents related to the elevator.
1.14.2 One log book containing these records shall maintained for each elevator and stored at each respective site to facilitate Government review and access. At the completion of the contract, the log books and their contents for both elevators shall remain property of the Government.
1.15 This contract is subject to the Service Contract Act. Wages and Benefits Paid in support of this Project must comply with the Wage Determination by the U.S. Department of Labor enclosed with this contract. For service contracts greater than one year in duration, the minimum monetary wages and fringe benefits required to be paid or furnished thereunder to service employees under this contract shall be subject to adjustment in accordance with FAR 52.222-41(c)(3).
1.16 SECURITY: Due to the sensitive critical infrastructure supported by the elevator, enhanced security measures are in place at both Coyote Valley Dam and Warm Springs Dam.
1.16.1 Specific contractor security clearance levels are not required, however contractor employees must be vetted through the E-verify Program as identified in Part 5 of this PWS.
1.16.2 Contractor personnel will be escorted by Government personnel for all services performed within Coyote Valley Dam and Warm Springs Dam.
1.16.3 Key Control: The Contractor shall maintain all keys, combinations, codes, passwords and instructions in a confidential and secure manner. The Contractor shall establish and implement methods of making sure all keys/keycards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated.
1.16.4 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re- keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.
1.16.5 The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer
1.17 The Contractor shall provide and maintain telephone services (cellular service, at a minimum), and be able to receive and send email.
1.18 The Contractor shall be responsible for all materials and equipment in their possession. The Contractor shall be accountable for any loss, damage, or misuse of Government equipment being used during the performance of contractual services.
1.19 Materials and supplies provided shall be of a quality which will adequately and economically serve the purpose for which they are required and be of at least equal quality and capacity of that being repaired and/or replaced. The items supplied shall be standard products of manufacturers regularly engaged in the production of such supplies, parts, or materials. If the quality of parts is not specified, it shall be of acceptable industrial grade and quality, equal to or better than the manufacture's original and shall be compatible with existing systems. The Contracting Officer retains the right to specify the kind and quality of all the above items.
1.20 The disposal of all chemicals, materials and supplies utilized for the performance of this contract shall be done outside Government property, in accordance with the manufacturer's instructions, State laws and Federal laws.
1.21 The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government.
1.22 The Contractor shall be responsible for restoring any Government facilities or property damaged as a result of the Contractor's operations. Reasonable care shall be used to avoid damage to existing structures, equipment, facilities, and vegetation in the areas serviced. Any damage shall be repaired or replaced as directed by the COR, and at no cost to the Government.
1.23 Any repairs required due to damage caused by the Contractor or resulting from the failure of the Contractor to perform the basic maintenance work required by the contract, shall be accomplished by the Contractor at no additional cost to the Government.
1.24 The contractor shall not change or alter the existing elevator equipment or any electrical circuits, wiring, controls, or sequencing without written authorization from the COR. If the COR authorizes changes, the Contractor shall make appropriate revisions to the elevator drawings and/or specifications. All improvements made by the Contractor during the term of this contract shall become and remain the property of the Government.
1.25 INVOICING and PAYMENT: The Government will pay the Contractor upon submission of proper invoices for supplies delivered and accepted or services rendered and accepted for the portion of work actually performed under this contract. Payment shall be made as indicated in the contract's Payment Schedule. Invoices for payment shall be submitted upon completion of tasks as outlined in the pricing/payment schedule. Invoices shall include all necessary information, including any supporting documentation required as part of this Performance Work Statement. All invoices must be identified by the contract number W912P7-19-P-00XX, see Block 2 of the Standard Form 1449.
1.25.1 Invoices shall be received no later than close of business on the tenth business day following performed services. The invoice may also be faxed or emailed in a PDF format to the COR.
1.25.2 Invoices shall identify the CLINS charged and corresponding quantities. Inspections, Certifications and Preventive Maintenance shall be charged at the fixed price amounts for their respective CLINS. Emergency Service Calls and Repairs shall identify all applicable labor hours, materials, parts and supplies to include unit costs and quantities to facilitate verification of amounts by the COR.
1.25.3 Provide separate invoices for each dam identifying the services performed at that dam, including documentation of all required reports. Final invoices must be marked "FINAL." Copies of all invoices shall be provided to the following:
1.25.3.1 A copy each of invoice identifying work completed at Coyote Valley Dam with all necessary supporting documentation as required by this Performance Work Statement shall be mailed to the following individual:
U.S. Army Corps of Engineers, San Francisco District
CESPN-OR-O-LM, LAKE MENDOCINO
Attn: Contracting Officer's Representative
1160 Lake Mendocino Drive, Ukiah, CA 95482
FAX (707) 462-3486
E-mail:
1.25.3.2 A copy each of invoice identifying work completed at Warm Springs Dam with all necessary supporting documentation as required by this Performance Work Statement shall be mailed to the following individual:
U.S. Army Corps of Engineers, San Francisco District
CESPN-OR-O-LS, LAKE SONOMA
Attn: Contracting Officer's Representative
3333 Skaggs Springs Road, Geyserville, CA 95441
1.25.3.3 An original invoice for each dam, clearly identifying the contract number and CLINs but WITHOUT additional information or supporting documentation shall be mailed to:
USACE Finance Center
Attn: CEFC-AO-P
5722 Integrity Drive
Millington, TN 38054-5005
1.25.4 Deliverables as defined in the Payment Schedule of the contract must be accepted by the Government before payment will be made. The Contractor shall be paid at the completion of services for the amount of work accomplished. Failure to complete any of the required items defined in the contract specifications for a particular service shall be cause for that service to be considered incomplete in its entirety. Incomplete services are not billable by the Contractor. Hours performed shall be submitted separately with each invoice on a Safety Exposure Report (CESPD Form 94-R). Invoices will not be processed without the Safety Exposure Report. As per the Performance Work Statement, if work accomplished is unsatisfactory and does not meet the contract specifications, the Contractor shall be subject to the parameters set forth in the Performance Work Statement, and may be held liable for any costs to the Government to correct the problem. The COR shall verify invoices before payment will be authorized.
1.25.5 The final payment will be authorized after all contract reporting requirements have been met.
1.26 CONTRACTOR PERFORMANCE:
1.26.1 The issuance of a Contract Discrepancy Report (CDR) may be cause for the scheduling of a meeting with the Contractor, KO and the COR. A mutual effort will be made to resolve all problems identified. Contractor attendance at such a meeting will be at no additional cost to the Government. The Government will prepare written minutes of the meeting. The Contractor, KO, and the COR will sign minutes of the meeting(s).
1.26.2 Should the Contractor not concur with the minutes, they will state in writing to the KO within ten (10) calendar days any areas he does not concur and explain the reasons for non-concurrence. The KO will review and consider the reasons submitted for the Contractor's non-concurrence and make a decision. The KO will notify the Contractor of the decision in writing within ten (10) calendar days.
1.26.3 The COR will verbally advise or give a written inspection report to the Contractor of discrepancies the first time they occur and ask the Contractor to correct the problem. A notation will be made on the COR checklist of the date and the time the deficiency was discovered and the date and time the Contractor was notified.
1.26.4 If the Government creates any discrepancies in contract services, these will not be counted against the Contractor's performance.
1.26.5 When the Contractor is not meeting the limits of satisfactory performance, a CDR will be issued to the Contractor. The seriousness of the failures should govern whether to issue a CDR at the end of the period, or as soon as the limits of satisfactory performance is exceeded.
1.26.6 When a CDR is issued for a service, the contractor must re-perform at no additional cost to the Government until AQL is achieved.
1.26.7 If the Contractor does not achieve satisfactory performance by the end of the next period or agreed suspense date, another CDR will be issued and the an invoice will be re-calculated in an appropriate amount per the attached Performance of Work Requirements Summary (Attachment A).
1.26.8 A third CDR will be the cause for a Cure Notice. However, the KO may issue a Cure Notice or Show Cause letter at any time he/she deems appropriate. Depending on the overall performance of the Contractor, an unsatisfactory reply to the Cure Notice should require a Show Cause letter to be issued, followed by consideration of termination of the contract.
1.26.9 Contractor performance will be documented on an annual basis by the COR and KO in the online contract performance evaluation tool known as CPARS (https://www.cpars.gov/), with a final evaluation following the completion of the contract. Following creation of the interim and final evaluations by the Government, the Contractor has 60 days to enter Contractor comments in CPARS before the interim or final rating is finalized. The CPARS database is used by KOs across the Department of Defense to review past performance when considering new contract awards.
PART 2
DEFINITIONS AND ACRONYMS
2. DEFINITIONS AND ACRONYMS:
2.1 DEFINITIONS:
2.1.1. AUTHORIZED GOVERNMENT REPRESENTATIVE: An employee of the U.S. Government, in addition to the COR, designated by the contracting officer with authority to contact the contractor to request emergency services calls. Such appointment shall be designated in writing by the KO and shall state the scope of authority and limitations.
2.1.2. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.
2.1.3. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.
2.1.4. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract and request emergency service calls. Such appointment shall be designated in writing by the KO and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.
2.1.5. DAY / DAYS. Calendar day or Calendar Days unless otherwise specified.
2.1.6. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement.
2.1.7. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.
2.1.8. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.
2.1.9. GOVERNMENT INSPECTOR. USACE employee and subject matter expert who observes the contracted work being performed as part of the Quality Assurance Surveillance Plan
2.1.10. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.
2.1.11. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.
2.1.12. QUALITY ASSURANCESURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.
2.1.13. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end producer services hall meet contract requirements.
2.1.14. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.
2.1.15. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract.
2.2 ACRONYMS
ACOR Alternate Contracting Officer's Representative
AFARS Army Federal Acquisition Regulation Supplement
AHA Activity Hazard Analysis
ANSI American National Standards Institute
AQL Acceptable Quality Level
APP Accident Prevention Plan
AR Army Regulation
CDR Contract Deficiency Report
CFR Code of Federal Regulations
CLIN Contract Line Item Number
CO Commanding Officer
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer's Technical Representative
COTS Commercial-Off-the-Shelf
CPARS Contract Performance Assessment Reporting System
CVD Coyote Valley Dam at Lake Mendocino
DA Department of the Army
DD250 Department of Defense Form250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
EM Engineering Manual
FAR Federal Acquisition Regulation
FFP Firm Fixed Price
FOB Free On Board
HIPAA Health Insurance Portability and Accountability Act of 1996
IIPP Injury and Illness Prevention Program
KO Contracting Officer
MCP Maintenance Control Plan
OCI Organizational Conflict of Interest
PIPO Phase In/Phase Out
PM Preventive Maintenance
POC Point of Contact
POP Period of Performance
PPE Personal Protective Equipment
PRS Performance Requirements Summary
PST Pacific Standard Time
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Plan / Program
SDS Safety Data Sheet (formerly known as Material Safety Data Sheet)
TE Technical Exhibit
WSD Warm Springs Dam at Lake Sonoma
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
3. Government Furnished Property, Equipment and Services:
3.1 The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. The use of any Government property without proper authorization will not be permitted.
3.2 Services: Not Applicable
3.3 Facilities: A storage area for parts and consumable supplies will be made available at each location. At Coyote Valley Dam, the storage area will be in the Elevator Mechanical Room where the contractor shall provide a 48" x 60" storage locker at their own expense, if a storage area is desired. At Warm Springs Dam, the storage area will be in the Control tower vicinity, where work is to be performed. Flammable and hazardous materials may not be stored in either of these storage areas. .
3.4 Utilities: The contractor may use power, water, and restroom facilities in support of this contract at each location, without charge.
3.5 Equipment: Not Applicable
3.6 Materials: Not Applicable
PART 4
CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES
4. Contractor Furnished Items and Responsibilities:
4.1 General: The Contractor shall furnish all labor, supplies and services required to perform work under this contract that are not listed under Section 3 of this PWS.
4.1.1. Any Conveyance Inspection Program Fees or other fees required by the State of California or third party inspection service through the performance of this contract shall be the responsibility of the contractor.
4.1.2. Any independent contractor or third party Inspection Fees or other fees required for elevator certification through the performance of this contract shall be the responsibility of the contractor.
4.2 Secret Facility Clearance: Not Applicable.
4.3 Materials / Parts: The contractor shall furnish all supplies required to perform work under this contract that are not listed under Section 3 of this PWS.
4.4 Equipment: The Contractor shall furnish all equipment required to perform work under this contract that are not listed under Section 3 of this PWS.
PART 5
SPECIFIC TASKS
5. SPECIFIC TASKS: Services include submittals, quarterly preventative maintenance, semi-annual periodic inspections, repairs, Category 1 and 5 testing/certifications, emergency call-out service work to be performed on the elevator system as well as administrative reporting.
5.1 PRE-WORK SUBMITTALS: No later than 14 days after contract award, the Contractor shall provide the COR at both CVD and WSD with Pre-Work Submittals for the Accident Prevention Plan and Quality Control Plan. Each pre-work submittal shall be tailored to the specific site conditions of the elevator at each dam. The Government will review the documents within 10 days and either approve the submittal or return to the Contractor for corrections. The Contractor shall resubmit the documents, with any requested changes, within 5 days of rejection by the Government. This review process will repeat until the APP and CQC plans are approved. Provide all submittals in digital format as PDF files to facilitate Government review and comment.
5.1.1 ACCIDENT PREVENTION PLAN: The Contractor shall submit an Accident Prevention Plan to include Activity Hazard Analysis (AHAs) of critical activities and copies of safety data sheets (SDS) for all chemical products to be used by the Contractor or their employees during the execution of this contract. The APP will be reviewed by the COR and San Francisco District Safety Office to verify compliance with OSHA and EM-385-1-1 USACE Safety Manual requirements. Work will not be allowed to start at the site until approval of the APP by the COR.
5.1.1.1 The Contractor shall use a qualified Site Safety and Health Officer (SSHO) to prepare the written site-specific Accident Prevention Plan (APP) in accordance with the format and requirements of USACE EM 385-1-1. Cover all paragraph and subparagraph elements in Appendix A of USACE EM 385-1-1 "Minimum Basic Outline for Preparation of Accident Prevention Plan." Activity Hazard Analyses (AHAs) shall be appended to the APP.
5.1.1.2 The APP shall be job specific and shall address any unusual or unique aspects of the project or activity for which it is written. The APP shall interface with the Contractor's overall safety and health program (SHP). Any portions of the Contractor's overall safety and health program referenced in the APP shall be included in the applicable APP element and made site-specific.
5.1.1.3 The Contractor shall develop an Injury and Illness Prevention Program (IIPP) for projects within the State of California as an appendix to the APP. Where a paragraph or subparagraph element is not applicable to the work to be performed, indicate "Not Applicable" next to the heading. Guidance on creation of the IIPP is available at https://www.dir.ca.gov/dosh/etools/09-031/index.htm
5.1.1.4 The Government considers the Prime Contractor to be the "controlling authority" for all work site safety and health of the Subcontractors. The Contractor is responsible for informing their Subcontractors of the safety provisions under the terms of the contract and the penalties for noncompliance, coordinating the work to prevent one craft from interfering with or creating hazardous working conditions for other crafts, and inspecting Subcontractor operations to ensure that accident prevention responsibilities are being carried out. The Contractor, COR, and Site Safety and Health Officer (SSHO) shall sign the APP.
5.1.1.5 The Contractor's APP and subsequent activities shall comply with the Safety Regulations listed in this PWS, Part 6, Applicable Publications, Paragraphs 6.7 through 6.13:
5.1.1.6 The APP should pay particular attention to regulatory requirements for Respiratory Protection, Occupational Noise Exposure, Hazard Communication, Control of Hazardous Energy (Lockout/Tagout), and Chemicals known to the State of California to Cause Cancer or Reproductive Toxicity.
5.1.2 QUALITY CONTROL PLAN: The Contractor shall submit a Quality Control Plan (QCP) to assure the requirements of this contract are provided as specified. As a minimum, the QCP shall identify key employees, organizational hierarchy, qualifications of employees, inspection plan, and emergency service call contact information.
5.1.2.1 PROCESSES: Identify internal policies and procedures for updating equipment and procedures that may affect the performance of the contract. Identify methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable, and organizational functions noting intermediate supervisory responsibilities and overall management responsibilities for ensuring acceptable performance.
5.1.2.2 KEY PERSONNEL: Provide an organizational chart showing lines of authority for personnel assigned to this contract. Identify a Contract Manager who shall be responsible for the performance of the work and serve as the primary point of contact for Government inquiries. Identify mechanics and staff who will provide service at each dam. Identify office personnel for billing and payments. Identify the point of contact for emergency service calls. Identify contractor employee(s) who have the authority (e.g. Power of Attorney) to sign contract modifications. Identify the contractor employee responsible for CPARS performance evaluations. Include e-mail addresses, telephone numbers and FAX numbers for personnel assigned to this contract.
5.1.2.2.1 The following personnel are key personnel: Contract Manager, Job Site Supervisor(s), Lead Mechanic(s), Journeymen and Office Personnel. The name of contract manager and an alternate who shall act for the contractor when the manager is absent shall be designated in writing in the Quality Control Plan. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available during normal working hours, Monday through Friday. Qualifications for all key personnel are inherent to the job titles specified.
5.1.2.2.2 The Contractor must pre-screen Candidates (employees) using the E-verify Program
(http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Contractor must ensure the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates shall be provided in the Quality Control Plan.
5.1.2.3 LICENSES AND CERTIFICATIONS: The Contractor and all employees shall be licensed and permitted to operate all equipment necessary to complete work under this contract. All required licenses and permits to operate shall be the responsibility of the Contractor. The Quality Control Plan shall include a copy of all applicable federal and/or state licenses and certifications of the company and assigned personnel. Identify relevant training completed by employees.
5.1.2.3.1 The Contractor shall be in current status for the duration of this contract as a Certified Qualified Conveyance Company as required by the State of California, Division of Occupational Safety and Health (DOSH)
5.1.2.3.2 The Contractor shall possess, in current status for the duration of this contract, a California State Contractors Specialty License Classification, 11 - Elevator Contractor.
5.1.2.3.3 In accordance with the California Labor Code, only a Certified Competent Conveyance Mechanic working for a Certified Qualified Conveyance Company is authorized to perform any maintenance, repairs, alterations, or replacements on any conveyance subject to those orders.
5.1.2.3.4 When/if a change or addition in personnel after the start of the contract occurs, the Contractor shall provide certifications for any conveyance mechanic on site. These credentials shall be provided to the COR at least five (5) calendar days prior to them starting any work on the elevator, and be identified as amendments to the Quality Control Plan. The amended Quality Control Plan shall be approved by the COR.
5.1.2.4 INSPECTION PLAN: An inspection plan covering all services is required by this contract. The inspection plan shall specify the areas to be inspected on either a scheduled or unscheduled basis, how often inspections shall be accomplished and documented, and shall specify the title of the individual(s) who will perform the inspections.
5.1.2.5 ELEVATOR LOG BOOKS: Examples of inspection and maintenance record worksheets / checklists typically added to the Log Books with each inspection shall be included in the initial QC Plan.
5.1.2.6 EMERGENCY SERVICE: Identify telephone number(s) and point(s) of contact to enable the COR or Authorized Government Representative to contact the Contractor 24 hours a day, 7 days a week, including holidays during the contract period to request emergency service.
5.1.2.7 The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys or key cards by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.
5.2 PRE-WORK MEETING: No less than ten (14) days prior to commencement of work, the Contractor shall contact the COR at each site to schedule a pre-work meeting. The Contractor's Contract Manager, Job Site Supervisor(s) and Lead Mechanic(s) shall attend the Pre-Work meeting in person. The Pre-Work Meeting shall take place within 30 days of contract award.
5.2.1 CVD: This meeting will be held at Lake Mendocino, Coyote Valley Dam Park Headquarters, located at 1160 Lake Mendocino Drive, Ukiah, CA. 95482.
5.2.2 WSD: This meeting will be held at Lake Sonoma Park Headquarters, 3333 Skaggs Springs Rd. Geyserville, CA 95441
5.2.3 The agenda and meeting minutes will be prepared by the Government for the Pre-Work Meeting. The agenda will include as a minimum, establishment of the quarterly maintenance schedule, review of contract requirements, personnel access procedures, contractual authorities, safety procedures and emergency call procedures.
5.2.4 Subject to approval of the Accident Prevention Plan, the Contractor shall make an initial inspection of the elevator in conjunction with the Pre-Work Meeting. Should this initial inspection disclose any deficiencies which present a hazard of any kind, the contractor shall notify the COR and Authorized Government Personnel immediately.
5.3 PERIODIC INSPECTIONS AND PREVENTIVE MAINTENANCE: The Contractor shall perform an initial assessment of the elevator system, and shall develop a written Maintenance Control Program (MCP) to include a Preventative Maintenance (PM) Plan and Schedule for the elevator equipment and system based on the list of tasks in section 5.3.1 which represents a general quarterly elevator maintenance service program. All applicable tasks and any other required items required by ANSI/ASME A17.1, or industry standards, shall be performed by the Contractor. It shall be the responsibility of the Contractor to provide a more precise quarterly service plan following the Contractor's initial assessment of the system, but prior to the initial service of the system. The MCP shall be provided to the COR, updated and maintained during each service as required. The contractor shall coordinate with State of California and certifying agencies as needed to obtain, post, and maintain currency of the elevator inspection certificate in the cab of the elevator.
5.3.1 QUARTERLY INSPECTIONS AND PREVENTIVE MAINTENANCE: The day(s) of service shall occur within the first week of the following months; October, January, April, July, or an alternate quarterly interval approved by the COR. The PM Plan and Schedule shall, as a minimum, cover the entire service period and include a quarterly schedule for periodic PM of equipment and systems based on the following task list:
• Inspect and clean machine room • Inspect and adjust stopping accuracy
• Inspect and adjust door closing force • Inspect and adjust door reopening devices
• Inspect tachometer/encoder • Inspect motor generator set
• Inspect top of car optical sensors and leveling devices, and car top selector • Inspect and adjust car guide shoes and roller guides (top and bottom)
• Inspect and adjust counterweight guide shoes and roller guides • Inspect and adjust hoistway doors, tracks and door locks
• Inspect and clean pit condition, pit lighting and stop switch • Inspect and clean top of car operating devices including stop switch and lighting
• Inspect hoist machine and motor • Test brake operation
• Inspect and clean car top and devices • Test rope gripper operation
• Inspect and adjust governor(s), car and counterweight • Test selector and related components
• Test car stop switches, emergency communication system and lighting, signals/buttons, alarm sensors, and ventilation, and adjust as necessary
5.3.1.1 After initial award, the Contractor and COR shall meet jointly to review the PM Plan. The initial and all subsequent PM services shall be performed during the first week of each quarterly service month, or other time as approved by the COR. If option years are executed, subsequent PM Plans and Schedules shall be submitted to cover the period of performance for that contract period. No changes to the approved PM Plan and Schedule shall be made without the approval of the COR.
5.3.1.2 The contractor shall be responsible for correcting violations of applicable codes (A17.1, NEC, NFPA, etc.) and complying with requirements of all applicable public agencies having jurisdiction at no additional cost provided that the violation or requirement does not necessitate any additions or changes to the present elevator equipment or parts, or its method of operation. Requirements of public agencies shall include but shall not be limited to, periodic witnessing of elevator contractor performed testing (semi-annual, annual, and full load five year), and reporting to the COR including correction of defects by the elevator contractor.
5.3.1.3 The Contractor is responsible for lighting installed in the mechanical room, car top, and car emergency lighting. The Contractor shall furnish and install all light bulbs, lamps, and tubes, and ensure all are in working order following installation.
5.3.2 SEMI-ANNUAL INSPECTIONS: The Contractor shall perform Semi-Annual Periodic Inspections of the elevator system at the mid-year interval (March - only once per year) between the annual inspections/certifications as outlined in ASME A17.1 section 8.11.1.
5.3.2.1 All inspection documentation related to the Semi-Annual Periodic Inspection shall be signed by the Contractor and provided to the COR after the completion of each periodic inspection.
5.3.3 CATEGORY 1 PERIODIC TESTING AND CERTIFICATION: The Contractor shall coordinate Category 1 testing and certification procedures outlined in ASME A17.1, Sections 8.6.4.19.1 through 8.6.4.19.5 as they pertain to the elevator systems at CVD and WSD, at a time approximately one-year after the Category 5 Inspection or preceding annual inspection, as approved by the COR. One Category 1 inspection shall be conducted during the base contract period at each dam. Three Category 1 inspections shall be conducted during the optional contract period at each dam.
5.3.3.1 This service shall be performed by a qualified third party agency. The third party agency shall hold all required licenses, certifications and qualifications as outlined in Paragraph 5.1.2.3 of this contract.
5.3.3.2 The Contractor shall serve as a witness during this service. Any Conveyance Inspection Program Fees or other fees required by the State of California or third party inspection service through the performance of this contract shall be the responsibility of the contractor.
5.3.4 Any issues discovered during the Quarterly, Semi-Annual or Category 1 Inspections which require repairs to be made to the elevator system in order to complete/pass the certification process shall be immediately reported to the COR. The Contractor shall provide a written estimate of the costs to make the necessary repairs. The COR will report those findings to the KO. The Contractor shall not proceed with repairs until approval is provided by the KO, subject to the limitations of the Over and Above CLIN, or a contract modification is issued.
5.4 CATEGORY 5 PERIODIC TESTING AND CERTIFICATION: The Contractor shall coordinate to provide Category 5 (which shall include Category 1 procedures) testing and certification procedures outlined in ASME A17.1, Sections 8.6.4.19.1 through 8.6.4.19.5 (Cat 1), and sections 8.6.4.20.1 through 8.6.4.20.4 and 8.6.4.20.6 (Cat 5), as they pertain to the specific elevator systems at CVD and WSD, within 60 days following contract award.
5.4.1 This service shall be performed by a qualified third party agency, arranged by the contractor. The third party agency shall hold all required licenses, certifications and qualifications as outlined in Paragraph 5.1.2.3 of this contract. Only Safety Engineers employed by the State of California and Certified Competent Conveyance Inspectors (CCCI) are authorized to perform inspections in California. A CCCI is someone who has been determined by the State of California to have the qualifications and ability of a competent conveyance inspector and is certified as a CCCI by the State of California.
5.4.2 The Contractor shall serve as a witness during this service. Any Conveyance Inspection Program Fees or other fees required by the State of California or third party inspection service through the performance of this contract shall be the responsibility of the Contractor.
5.4.3 Any issues discovered during the Category 5 Inspection which require repairs to be made to the elevator system in order to complete/pass the certification process shall be immediately reported to the COR. The Contractor shall provide a written estimate of the costs to make the necessary repairs. The COR will report those findings to the KO. The Contractor shall not proceed with repairs until approval is provided by the KO, subject to the limitations of the Over and Above CLIN, or a contract modification is issued.
5.5 CONTRACT OR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil.
5.5.1 The required information includes:(1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period(including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organization a title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and(13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country).
5.5.2 As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. This will be recorded on the CLIN identified for this work. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
5.6 EMERGENCY SERVICE: The Contractor shall be available 24 hours per day, 7 days per week, to respond to an emergency request from the COR or Authorized Government Representative in a case of a malfunction or a shutdown of the elevator systems. This Emergency Service shall require the Contractor to call or respond in person within ninety (60) minutes following the request by the COR, unless other prior arrangements are made between the Contractor and the COR.
5.6.1 The Contractor shall diligently and continuously pursue repair of the elevator until it is determined by the Government that the emergency is over.
5.6.2 Emergency Service will be invoiced to the Over and Above CLIN. The Contractor shall invoice for hourly charges spent in transit and at the site investigating and repairing the elevator as needed to return it to serviceable condition. The contractor shall include receipts, bills of lading and/or other cost information to facilitate Government verification of price reasonableness for parts, materials and supplies that are used in support of emergency service calls.
5.7 REPAIRS: Include the installation of parts, materials and supplies for which the need is typically identified by periodic inspections and emergency service calls. Repairs include all work needed to restore the elevator to serviceable condition based on its original manufacturers load capacity and service parameters. The contractor shall include receipts, bills of lading and/or other cost information to facilitate Government verification of price reasonableness for parts, materials and supplies that are used for repairs and charged to the Over and Above CLIN.
PART 6
APPLICABLE PUBLICATIONS
6. Applicable Publications (Current Editions):
6.1 The Contractor must comply with all applicable regulations, public cations, manuals and local policies and procedures to the extent that they are applicable to the services required by this contract. All references shall be the latest editions or changes, unless otherwise noted.
6.2 ASME A17.1,"Safety Code for Elevators and Escalators"
6.3 ASME A17.2, "Guide for Inspection of Elevators, Escalators and Moving Walks"
6.4 ASME A17.3, "Safety Code for Existing Elevators and Escalators"
6.5 NFPA 101, National Fire Protection Association, Life and Safety Code
6.6 NFPA 70. National Fire Protection Association, National Electric Code (NEC)
6.7 Title 29 Code of Federal Regulations (CFR) 1910 OSHA Standards
6.8 EM385-1-1 Safety and Health Manual, 30 Nov 2014 Edition
http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf?ver=2015-04-09-142531-467
6.9 29 CFR 1926.65/29 CFR1910.120, Hazardous Waste Operations and Emergency Response.
6.10 USACE, Safety and Occupational Health Document Requirements for Hazardous, Toxic and Radioactive Waste (HTRW) Activities, ER 385-1-92 (1 July 2003)
6.11 NIOSH/OSHA/USCG/EPA, Occupational Safety and Health Guidance Manual for Hazardous Waste Activities (October 1985).
6.12 8 CCR Chapter 4 Subchapter 7, General Industry Safety Orders.
6.13 8 CCR Sections 3203 & 1509, Injury and Illness Prevention Program.
PART 7
ATTACHMENT/TECHNICAL EXHIBIT LISTING
7. Attachment/Technical Exhibit List:
7.1 Attachment 1 / Technical Exhibit 1 - Performance Requirements Summary
7.2 Attachment 2 / Technical Exhibit 2 - Deliverables Schedule
7.3 Attachment 3 / Technical Exhibit 3 - Elevator Components at Coyote Valley Dam
7.4 Attachment 4 / Technical Exhibit 4 - Elevator Components at Warm Springs Dam
7.5 Attachment 5 / Technical Exhibit 5 - CESPD Form 94-R
7.6 Attachment 6 / Quality Assurance Plan Outline from 01 45 01.10
7.7 Accident Prevention Plan Outline from EM 385-1-1
TECHNICAL EXHIBIT 1
PERFORMANCE OF WORK REQUIREMENTS SUMMARY
1. The purpose of this exhibit is to:
a. List the contract requirements considered most critical to acceptable contract performance.
b. Show, where applicable, the maximum allowable degree of deviation from perfect performance for each requirement that shall be allowed by the Government before contract performance is considered unsatisfactory.
c. Define the procedures the Government shall use in reducing the Contractor's monthly payment if satisfactory performance is not rendered.
2. The Government's quality assurance procedures are based on actual performance of the contract and all areas will be reviewed periodically, (e.g. daily, weekly, monthly, quarterly, semi-annually, etc.).
3. The criteria for acceptable and/or unacceptable performance are as follows:
a. Contract requirements. The criteria for requirements are the level of performance deemed acceptable by the Government.
b. If the quality of work does not comply with the contract requirements, the COR will initiate and the Contractor shall be required to complete a Contract Discrepancy Report (CDR).
c. The CDR will require the Contractor to explain in writing why performance was unacceptable, how performance will be returned to an acceptable level, and how recurrence of the problem will be prevented in the future. The Contractor will not be paid for services not rendered in accordance with the standards set forth in this contract.
d. If the level of performance is deemed unacceptable to the Government, concurrent with two unsatisfactory ratings, monthly payment will be reduced for unsatisfactory performance by the percentage as shown in the chart below:
(1) OBJECTIVE: Accident Prevention Plan (APP)
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Obtain an approved Accident Prevention Plan as per specifications outlined in Paragraph 5.1.1 100% required Review by COR and approved by the Safety Officer prior to initialization of any work. Remedy: The Contractor shall develop a plan for completion and approval of the APP. Continuous review until performance is satisfactory.
(2) OBJECTIVE: Quality Control Plan
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Obtain an approved Quality Control Plan as per specifications outlined in Paragraph 5.1.2 100% required Review and approved by COR prior to initialization of any work. Remedy: The Contractor shall develop a plan for completion and approval of the QCP. Continuous review until performance is satisfactory.
(3) OBJECTIVE: Pre-Work Meeting
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Contractor shall attend a pre-work meeting and submit all documents/equipment for approval, including, but not limited to APP (including Hazard Analysis, copies of all applicable MDSs, Uniform/PPE, Contractor vehicle identification, as per specifications outlined in Paragraph 5.2 100% required Review and approved by COR prior to initialization of any work.. Remedy: The Contractor shall attend a pre-work meeting and satisfy all requirements of the Performance Standard. Continuous review until performance is satisfactory.
(4) OBJECTIVE: Quarterly Preventative Maintenance
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Maintain elevator system on a quarterly basis as per specifications outlined in Paragraph 5.3.1 100% required Random quality assurance inspections by the COR Remedy: The Contractor shall develop a plan for quarterly preventative maintenance procedures as per Paragraph 5.1.2. Continuous review until performance is satisfactory.
(5) OBJECTIVE: Semi-Annual Periodic Inspection
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Perform Semi-Annual inspection on elevator system at the midpoint of the contract year. as per specifications outlined Paragraph 5.3.2 100% required Random quality assurance inspections by the COR Remedy: The Contractor shall develop a plan for completion of semi-annual periodic inspection procedures as per Paragraph 5.1.2. Continuous review until performance is satisfactory.
(6) OBJECTIVE: Category 5 Testing and Certification (Base Period (First Year) only)
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Perform Category 5 testing and certification on elevator system on during the Base Period of the contract as per specifications outlined in Paragraph 5.4 100% required Quality assurance inspection by the COR following each test service. Remedy: The Contractor shall develop a plan for completion of Category 5 inspection procedures as per Paragraph 5.1.2. Continuous review until performance is satisfactory.
(7) OBJECTIVE: Category 1 Testing and Certification (Years 2, 3, 4, 5)
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Perform Category 1 testing and certification on elevator system on an annual basis during Years 2, 3, & 4 per specifications Paragraph 5.3.3 100% required Quality assurance inspection by the COR following each test service. Remedy: The Contractor shall develop a plan for completion of Category 1 inspection procedures as per Paragraph 5.1.2. Continuous review until performance is satisfactory.
(8) OBJECTIVE: Emergency Services
Performance Standard Acceptable Quality Level (AQL) Method and Frequency of Inspection Remedy
Respond to emergency call-out requests by the COR as per specifications outlined in Paragraph 5.6 100% required Quality assurance inspection by the COR following each test service. Remedy: The Contractor shall ensure they are available for, and responsive to emergency call-out requests at all times as per Paragraph 5.6. Continuous review until performance is satisfactory.
Quality Assurance Surveillance Plan: The QASP will consist of periodic inspections conducted by the COR or other designated representative. A surveillance report will be prepared by the KO and forwarded to the Contractor. The Contractor shall respond to any complaints and/or indications of poor performance within five (5) calendar days, after receipt of the report.
PERFORMANCE OBJECTIVE INDICATORS OF SUCCESS
Accident Prevention Plan Safety Officer has approved the Accident Prevention Plan
Quality Control Plan COR has approved the QC Plan
Pre-Work Meeting The Contractor has attended the Pre-Work Meeting in accordance with the PWS.
Quarterly Preventative Maintenance The Contractor performed all Preventative Maintenance 100% of the time with no outstanding or uncorrectable issues discovered during quality assurance inspections.
Semi-Annual Periodic Inspection The Contractor performed all Semi-Annual Periodic Inspections 100% of the time with no outstanding or uncorrectable issues discovered during quality assurance inspections.
Category 5 Testing and Certification (First Year of Base Period) The Contractor performed all Category 5 Testing and Certification procedures during the Base Year with no outstanding or uncorrectable issues discovered during quality assurance inspections. Elevator is certified for use.
Emergency Call-out Services The Contractor was available for, and responded to emergency call-out requests at all times throughout the contract period.
Quarterly Preventative Maintenance The Contractor performed all Preventative Maintenance 100% of the time with no outstanding or uncorrectable issues discovered during quality assurance inspections.
Semi-Annual Periodic Inspection The Contractor performed all Semi-Annual Periodic Inspections 100% of the time with no outstanding or uncorrectable issues discovered during quality assurance inspections.
Category 1 Testing and Certification (Year 2 of Base Period, All 3 years of Option Period) The Contractor performed all Category 1 Testing procedures during Option Year 1 with no outstanding or uncorrectable issues discovered during quality assurance inspections.
TECHNICAL EXHIBIT 2
SCHEDULE OF DELIVERABLES
Deliverable Frequency Due Date Number of Copies Medium/Format Submit To
Accident Prevention Plan Once, Prior to Starting Site Work 14 Days after Award 2 CD-ROM Digital PDF Format COR at Coyote Valley Dam
COR at Warm Springs Dam
Quality Control Plan Once, Prior to Starting Site Work 14 Days after Award 2 CD-ROM Digital PDF Format COR at Coyote Valley Dam
COR at Warm Springs Dam
Contract or Management Reporting (CMR) Annually and at the end of the contract 31 October of each calendar year and at the end of contract N/A Digital See Paragraph 5.5
Safety Exposure Report (CESPD Form 94-R-Alt-1) Submitted with each invoice Quarterly or After Repairs or Emergency Service 1 Hard Copy or Digital PDF COR at Dam for each Invoice
Maintenance Log Book CVD Updated Quarterly or after Repairs or Emergency Service At Time of Service 1 Hard Copy 3-Ring Binder COR at Coyote Valley Dam
Maintenance Log Book WSD Updated Quarterly or after Repairs or Emergency Service At Time of Service 1 Hard Copy 3-Ring Binder COR at Warm Springs Dam
Elevator Certification Permit Annually and as Required Per ASME A17 14 Days after Category 1 or Category 5 Inspection 2 Hard Copy suitable for mounting in Elevator Cab COR at Coyote Valley Dam
COR at Warm Springs Dam
TECHNICAL EXHIBIT 3
ELEVATOR COMPONENTS AT COYOTE VALLEY DAM
1. Elevator ID Number: P-1
2. Elevator Manufacturer: MCE/Watson
3. Elevator Type: Traction
4. Identification / Serial Number: #28366
5. Original Elevator Installation Date: 1958
6. Modifications: In 2003, Empire Elevator provided hardware and software upgrades.
7. Rated Load: 1,000 LBS
8. Passenger Capacity: 6 People
9. Stops: 2
10. Openings: 2
11. Speed: 100 FPM up and down
12. Motor: 10HP 3PH 480V 12.5A
13. Spool: Unkonwn
14. Governor: N/A
15. Elevation Change bottom off Top Floor to bottom of Bottom Floor: 175 FT
16. Date of Most Recent 5-Year Inspection: August 2016
TECHNICAL EXHIBIT 4
ELEVATOR COMPONENTS AT WARM SPRINGS DAM
1. Elevator Number: P-1
2. Elevator Manufacturer: Montgomery Elevator Company
3. Elevator Type: Traction
4. Identification / Serial Number: #CT40537
5. Original Elevator Installation Date: 1982
6. Modifications: Controls replaced in April 2007 by Empire elevator Co with: Motion Control Engineering VFMC-1000series open loop Flux Vector Programmable Traction Controller. Model VFMC-1000-PTC
7. Rated Load: 2,000 LBS
8. Passenger Capacity: 8 People
9. Stops: 9
10. Openings: 9
11. Speed: 100FPM
12. Motor: 10HP 3PH 480V 12.5A
13. Spool: Montgomery Dependable Elevator, 40573 (12493) 2,000LB Capacity
14. Governor: Hollister-Whitney #205 Trip 175
15. Elevation Change bottom off Top Floor to bottom of Bottom Floor: 264.5 Ft
16. Date of Most Recent 5-Year Inspection: 19 Nov 2014
TECHNICAL EXHIBIT 5
CONTRACT MANPOWER REPORTING
SAFETY EXPOSURE REPORT
REPORT DATE
INSTRUCTIONS
1. Enter the following exposure data on a separate form for each dam:
a. Man hours worked in support of the dam location per certified payroll report.
b. Month-Year that work took place.
2. Report shall be delivered by the contracting officer's representative (COR) with every invoice, on a quarterly basis as a minimum.
3. Please check the appropriate box
□ Check if report is final.
□ Accidents during the month in support of the contract. (Lost Time, Personal Injury and Property Damage) List accidents on the back of the form. Indicate workers name, date of accident and days lost for personal injury accidents.
□ Worker's Compensation Claim Report submitted during this reporting period: ___ 50% ___ 100%
THRU
COR
Project Manager (Parks/Lakes)
Signature
_______________________________________________ TO
U.S. Army Corps of Engineers
San Francisco District
Safety & Occupational Health Office
PRIME CONTRACTOR NAME
SUB-CONTRACTOR NAME
CONTRACT NUMBER:
W912P7-19-P-_________
SITE LOCATION: □ Coyote Valley Dam □ Warm Springs Dam
Reporting Period
End Dates: DD/MMM/YYYY: Month #1 Month #2 Month #3
Man-Hours:
PREPARED BY (Name and Title) SIGNATURE
_______________________________________________
CERTIFIED BY CONTRACTOR CONTRACT MANAGER (Name and Title) SIGNATURE
_______________________________________________
CESPD Form 94-R Alt-1