NAVFAC Uniform Contract Format Guide

advertisement
UNIFORM
CONTRACT
FORMAT
GUIDE
(UCFG)
NAVAL FACILITIES ENGINEERING COMMAND
200 Stovall Street
Alexandria VA 22332-2300
FEBRUARY 1996
FACILITY SUPPORT CONTRACT
UNIFORM CONTRACT FORMAT GUIDE (UCFG)
SEALED BID AND NEGOTIATED CONTRACTS
TABLE OF CONTENTS
P A R T I - THE SCHEDULE
Section A
Solicitation, Offer, and Award Form (SF-33) ........................................... A-1
Section B
Supplies or Services and Prices/Costs ....................................................... B-1
Section C
Descrition/Specifications ......................................................................... C-1
Section D
Packaging and Marking ........................................................................... D-1
Section E
Inspection and Acceptance ...................................................................... E-1
Section F
Deliveries or Performance ........................................................................ F-1
Section G
Contract Administration Data .................................................................. G-1
Section H
Special Contract Requirements ................................................................ H-1
P A R T I I - CONTRACT CLAUSES
Section I
Contract Clauses - Sealed Bidding ............................................................ I-1
Section I
Contract Clauses - Negotiated ................................................................. I-1
P A R T I I I - LIST OF DOCUMENTS, EXHIBITS,
AND OTHER ATTACHMENTS
Section J
Documents, Exhibits, and Other Attachments .......................................... J-1
P A R T I V - REPRESENTATIONS AND INSTRUCTIONS
Section K
Representations and Certifications - Sealed Bidding ................................. K-1
Section K
Representations and Certifications - Negotiated ....................................... K-1
Section L
Instructions, Conditions and Notices to Bidders - Sealed Bidding ............ L-1
Section L
Instructions, Conditions and Notices to Bidders - Negotiated .................. L-1
Section M
Evaluation Factors for Award - Sealed Bidding ....................................... M-1
Section M
Evaluation Factors for Award - Negotiated .............................................. M-1
PART
I
S E C T I O N
A
SOLICITATION, OFFER, AWARD FORM
PART
I
S E C T I O N
B
SUPPLIES OR SERVICES AND PRICES/COSTS
UNIFORM CONTRACT FORMAT GUIDE
PART I - THE SCHEDULE
SECTION B: SUPPLIES OR SERVICES AND PRICES/COSTS
TABLE OF CONTENTS
PARA
NO.
TITLE
PAGE
NO.
B.1
CONTRACT LINE ITEMS AND CONTRACT SUBLINE ITEMS
B-3
B.2
DAVIS-BACON WAGE DETERMINATIONS IN CONSTRUCTION
AND FACILITY SUPPORT CONTRACTS INCLUDING
CONSTRUCTION.....................................
B-4
INDEFINITE QUANTITY INDIVIDUAL CONTACT LINE ITEM
QUANTITIES.....................................
B-4
B.3
EXAMPLES OF SCHEDULES
EXAMPLE 1 - FIRM-FIXED PRICE CONTRACT
(W/O CONTRACT SUBLINE ITEMS).......
B-6
EXAMPLE 2 - FIRM-FIXED PRICE CONTRACT
(WITH CONTRACT SUBLINE ITEMS).......
B-6
EXAMPLE 3 - INDEFINITE QUANTITY CONTRACT.......
B-7
EXAMPLE 4 - COMBINATION FIRM-FIXED PRICE AND
INDEFINITE QUANTITY CONTRACT.......
B-8
EXAMPLE 5 - PREPRICED OPTIONS...................
B-10
PART 1 - THE SCHEDULE
SECTION B: SUPPLIES OR SERVICES AND PRICE/COSTS
B.1
CONTRACT LINE ITEMS AND CONTRACT SUBLINE ITEMS
a. Bidders shall enter unit prices and amounts for contract line
items and contract subline items as indicated in the schedules.
b. In the event there is a difference between a unit price and
the extended total amount, the unit price will be held to be the
intended bid and the total of the contract line item or contract
subline item will be recomputed accordingly.
The contract line item
which includes recomputed contract subline items will also be
recomputed to take into account the change in the contract subline
item. If the bidder provides a total amount for a contract line item
or contract subline item but fails to enter the unit price, the total
amount divided by the contract line item or contract subline item
quantity will be held to be the intended unit price.
*********************************************************************NO
TE:
In facility support service contracts and facility support
combination contracts which contain firm-fixed price work, a schedule
of deductions (SOD) is required in accordance with P-68 and clause
5252.246-9300 must be included in the contract. Alternatively, if the
firm-fixed portion of the contract requirements can be broken down into
contract subline items as a schedule of firm-fixed price work in
sufficient detail to support the calculation of deductions to the
contract price for unsatisfactory or nonperformed work, a SOD is not
required.
When an SOD is required, use ALTERNATE I of paragraph B.1c.
When an SOD is not required, use ALTERNATE II of paragraph B.1c.
*********************************************************************
ALTERNATE I
c. The firm-fixed price portion of the contract is supported by a
schedule of deductions in Section E.
DO NOT SUBMIT THE SCHEDULE OF
DEDUCTIONS UNTIL AFTER CONTRACT AWARD.
The successful bidder shall
complete the schedule of deductions and submit it to the Contracting
Officer within fifteen days after date/notice of award. The schedule
of deductions and the schedule of indefinite quantity work will be used
as the basis of deductions pursuant to "CONSEQUENCES OF CONTRACTOR'S
FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E.
ALTERNATE II
c.
The schedule of firm-fixed price work and the schedule of
indefinite quantity work will be used as the basis of deductions in
accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM
REQUIRED SERVICES" clause, Section E.
B.2
DAVIS-BACON WAGE DETERMINATIONS IN CONSTRUCTION AND FACILITY
SUPPORT CONTRACTS INCLUDING CONSTRUCTION
*********************************************************************NO
TE: A facility support service contract with construction work whose
term, including options, is more than one year shall contain only one
Davis-Bacon wage decision which shall be in effect for the life of the
contract.
No wage adjustments will be made for the option years;
therefore, the offerors shall be given an opportunity to include in
their offered price for the option years any possible increases needed
for wages.
Since
this is a significant change from the past, the
following notice shall be included in all facility support service
contracts with construction work.
*********************************************************************
This contract contains only one Davis-Bacon Wage Decision which
shall be in effect for the life of the contract. The contractor may
include in the offered price for the option years any increase needed
for wages or benefits for construction work under the contract.
The
contractor warrants that the prices in the option years of this
contract do not include any allowance for any contingency to cover
increased cost for which adjustment is provided under FAR clause
52.217-43, Fair Labor Standards Act and Service Contract Act - Price
Adjustment. Offerors are required to segregate Davis-Bacon hours and
wages and SCA hours and wages in the payroll records.
B.3
INDEFINITE QUANTITY INDIVIDUAL CONTRACT LINE ITEM QUANTITIES
The estimated line item quantities for the indefinite quantity
portion of the contract may be unilaterally increased by the
Contracting Officer by one unit or 25%, whichever is greater, so long
as the total estimated contract price is not exceeded. The Contractor
is not obligated to furnish any additional quantity under a line item
beyond 125%. Any quantity greater than 125% of the original contract
line item may be ordered at the bid price if the Contractor agrees by
signing the delivery order.
*********************************************************************
NOTE:
Examples of schedules for various kinds of contracts follow.
Type the schedule directly on Optional Form 336. The numbering system
in DFARS 204.7103-2 for contract line items and contract subline items
is to be followed. See the "Schedule of Deductions" clause, Section E,
for information concerning appropriate use of a schedule of deductions.
The contract line items (CLINS) must be worded properly. Each contract
subline item is to correspond to an item in the Performance
Requirements Summary (PRS).
Development of the PRS before the
Performance Work Statement (PWS) helps organize the structure of the
PWS and coordinates the location of information found in Sections B, C,
and J. It also provides an overall snapshot of the work required by
the contractor. All of the PWS (Sections B, C, and J) should address
the work to be done in the same order and in a logical sequence. This
provides reference to all the technical information in the contract
quickly and efficiently. Explanations about the PRS are contained in
Section C and tables in Section J.
The contractor should be referred to the PRS contained in Section J
when preparing the schedule of deductions. The value of the work, for
any deduction taken in conjunction with the "Consequences Failure to
Perform Required Services" clause contained in Section E, is directly
related to the weight assigned to each individual work requirement
identified
under
each
contract
requirement
*********************************************************************
LEGEND
AO
CH
EA
MO
QO
SO
SY
-
EXAMPLE 1
Item
No.
0001
ANNUAL OCCURRENCE (ONCE EACH YEAR)
CRAFT HOUR
EACH
MONTHLY
QUARTERLY (ONCE EVERY 3 MONTHS)
SEMIANNUAL OCCURRENCE (ONCE EVERY 6 MONTHS)
SQUARE YARD
FIRM-FIXED PRICE CONTRACT (W/O CONTRACT SUBLINE ITEMS)
SCHEDULE OF FIRM-FIXED PRICE WORK________________
Unit
Total
Supplies/Services
Quantity
Unit
Price
Amount
FIRM FIXED-PRICE WORK
Price to perform firm fixed-price work in accordance with all
the terms of this contract.
The Firm Fixed-Price work
subject to Service Contract Act Wage Determination rate.
PRICE - CONTRACT LINE ITEM 0001
EXAMPLE 2
Item
No.
0001
Mo.
$
$
FIRM-FIXED PRICE CONTRACT (WITH CONTRACT SUBLINE ITEMS)
SCHEDULE OF FIRM-FIXED PRICE WORK
Unit
Supplies/Services
Quantity Unit
Price
Total
Amount______
FIRM-FIXED PRICE WORK:
Price to perform work, including all labor, materials, equipment,
supervision, in accordance with all the terms of this contract.
The
contract price is the sum of contract subline Items 0001AA through
0001AB. The Firm-Fixed Price work subject to the Service Contract Act
Wage Determination rate only.
0001AA
(PRS Item No.
)
(PRS Item No.
)
0001AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contact subline Items from 0001AA through 0001ZZ.)
TOTAL PRICE FOR CONTRACT LINE ITEM 0001
(Contract subline items 0001AA through 0001AB)
$
EXAMPLE 3
Item
No.
INDEFINITE DELIVERY CONTRACT
SCHEDULE OF INDEFINITE DELIVERY WORK
Unit
Total
Supplies/Services
Quantity Unit
Price
Amount
SCHEDULE OF INDEFINITE QUANTITY WORK:
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of Contract Line Items 0001
through 0003.
0001
(PRS Item No.
)
(PRS Item No.
)
(PRS Item No.
)
0002
0003
Mo.
$
$
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract line items from 0001 through 9999.)
TOTAL PRICE FOR CONTRACT LINE ITEM 0001
(Contract Line Items 0001 through 0003)
$
_
********************************************************************************
NOTICE TO BIDDERS: Refer to "REQUIREMENTS (OCT 1995) (FAR 52.216-21)", "ORDERING
(OCT 1995) (FAR 52.216-18)", and "ORDER LIMITATIONS (OCT 1995) (FAR 52.216-19)"
clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC
5252.216.9306)" clause in Section G.
******************************************************************************
******************************************************************************
NOTICE TO BIDDERS:
REFER TO
"INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22)",
"ORDERING (OCT 1995) (FAR 52.216-18)", and "ORDER LIMITATIONS (OCT 1995) (FAR
52.216-19)" clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC
5252.216.9306)" clause in Section G; and, "MINIMUM AND MAXIMUM QUANTITIES (NAVFAC)
(JUN 1994) (FAC 5252.216-9312)" clause in Section H.
******************************************************************************
******************************************************************************
NOTE:
Use the appropriate "NOTICE TO BIDDERS" based on the type of Indefinite
Delivery contract.
If you are using a "requirements" type contract or an
"Indefinite Quantity" type contract, the "Quantity" column should be labeled
"Estimated
Quantity".
******************************************************************************
EXAMPLE 4
COMBINATION FIRM-FIXED PRICE AND INDEFINITE QUANTITY CONTRACT
SCHEDULE OF FIRM-FIXED PRICE WORK
Item
No.
0001
Unit
Total
Supplies/Services
Quantity
Unit
Price
Amount
FIRM-FIXED PRICE WORK:
Price to perform work, including all labor, materials,
equipment, supervision, in accordance with all the terms of
this contract.
The contract price is the sum of contract
subline Items 0001AA through 0001AD.
0001AA
(PRS Item No.
)
(PRS Item No.
)
(PRS Item No.
)
(PRS Item No.
)
0001AB
0001AC
0001AD
Mo.
$
$
Mo.
$
$
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract subline Items from 0001AA through 0001ZZ.)
TOTAL PRICE FOR CONTRACT LINE ITEM 0001
(Contract subline items 0001AA through 0001AD)
$
SCHEDULE OF INDEFINITE QUANTITY WORK - SUBJECT TO SERVICE CONTRACT ACT WAGES___
Item
Estimated
Unit
Total
No.
Supplies/Services
Quantity
Unit Price
Amount____
0002
INDEFINITE QUANTITY WORK:
Price to perform indefinite quantity work in the base period
accordance with all the terms of this contract. The price of
Contract Line Item 0002 is the sum of contract subline Items 0002AA
through 0002AB. This work is subject to SCA wage determinations.
0002AA
(PRS Item No.
)
(PRS Item No.
)
0002AB
SY
$
$
HR
$
$
(Continue this pattern for all line items from 0002AA through 0002ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0002
(Contract Line Items 0002AA through 0002AB)
$
_
SCHEDULE OF INDEFINITE QUANTITY WORK - SUBJECT TO DAVIS BACON ACT WAGES
Item
Estimated
Unit
Total
No.
Supplies/Services
Quantity
Unit
Price
Amount__
0003
INDEFINITE QUANTITY WORK:
Price to perform indefinite quantity work in the base period in
accordance with all the terms of this contract. The price of Contract
Line Item 0003 is the sum of contract subline Items 0003AA through
0003ZZ. This work subject to DBA wage determinations.
0003AA
(PRS Item No.
)
(PRS Item No.
)
0003AB
MO.
$
$
HR.
$
$
_
(Continue this pattern for all contract line items from 0003AA through 0003ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0003
(Contract Line Items 0003AA through 0003AC)
$
******************************************************************************
NOTICE TO BIDDERS:
REFER TO "COMBINATION FIRM-FIXED PRICE/INDEFINITE QUANTITY
CONTRACT (JUN 1994) (FAC 5252.216-9310)" clause in Section I; "PROCEDURES FOR
ISSUING ORDERS (JUN 1994) (FAC 5252.216-9306)" clause in Section G; and "MAXIMUM
QUANTITIES (JUN 1994) (FAC 5252.216-9313)" clause in Section H.
******************************************************************************
******************************************************************************
NOTE: If the INDEFINITE QUANTITY (IQ) work includes work subject to Davis-Bacon
Act (DBA) requirements and Service Contract Act (SCA), annotate each subline item
subject to DBA/SCA or group together line items subject to DBA and those subject
to
SCA
together
and
identify
as
shown.
******************************************************************************
******************************************************************************
NOTE:
Ensure options for additional quantities and components have a separate
CLIN from the basic requirements, even if the option is for additional quantities
of the same item at the same unit price as the basic requirement in accordance
with NAVFAC policy letter "Contract Standardization and Process Improvement dated
JUL 1994.
******************************************************************************
******************************************************************************
NOTE:
Numbering for separately pre-priced options should follow the procedures
identified in the previous examples with minor variations.
Each schedule must
identify the period in which the work is to be performed.
******************************************************************************
EXAMPLE 5
PREPRICED OPTIONS
SCHEDULE OF FIRM-FIXED PRICE WORK
Item
No.
0001
Unit
Total
Supplies/Services
Quantity
Unit
Price
Amount
FIRM-FIXED PRICE WORK: BASE PERIOD
Price to perform work, including all labor, materials, equipment,
supervision, in accordance with all the terms of this contract.
The contract
price is the sum of contract subline Items 0001AA through 0001AC.
0001AA
Mo. $
$
(PRS Item No.
)
0001AB
(PRS Item No.
)
(PRS Item No.
)
0001AC
Mo.
$
$
Mo.
$
$
(Continue this pattern for all subline Items from 0001AA through 0001ZZ.)
TOTAL PRICE FOR CONTRACT LINE ITEM 0001
(Contract subline items 0001AA through 0001AC)
$
SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT ACT WAGES
Item
Estimated
Unit
Total
No.
Supplies/Services
Quantity
Unit
Price
Amount___
0002
INDEFINITE QUANTITY WORK: BASE PERIOD
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of contract subline Items
0002AA through 0002AB. This work subject to SCA wage determinations.
0002AA
(PRS Item No.
)
(PRS Item No.
)
0002AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract line items from 0002AA through 0002ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0002
(Contract Line Items 0002AA through 0002AB)
$
SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES
Estimated
Unit
No.
Supplies/Services
Quantity
Unit Price
0003
Item
Total
Amount__
INDEFINITE QUANTITY WORK: BASE PERIOD
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of contract subline Items
0003AA through 0003AB. This work subject to DBA wage determinations.
0003AA
(PRS Item No.
)
(PRS Item No.
)
0003AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract line items from 0003AA through 0003ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0003
(Contract Line Items 0003AA through 0003AB)
$
SCHEDULE OF FIRM-FIXED PRICE WORK
____
Item
Unit
Total
No.
Supplies/Services
Quantity
Unit
Price
Amount __
0004
FIRM-FIXED PRICE WORK: FIRST OPTION PERIOD
Price to perform work, including all labor, materials, equipment,
supervision, in accordance with all the terms of this contract.
The contract
price is the sum of contract subline Items 0004AA through 0004AC.
0004AA
(PRS Item No.
)
(PRS Item No.
)
(PRS Item No.
)
0004AB
0004AC
Mo.
$
$
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract subline Items from 0004AA through 0004ZZ.)
TOTAL PRICE FOR CONTRACT LINE ITEM 0004
(Contract subline items 0004AA through 0004AC)
$
SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT WAGES
Estimated
Unit
No.
Supplies/Services
Quantity
Unit
Price
0005
Item
Total
Amount_
INDEFINITE QUANTITY WORK: FIRST OPTION PERIOD
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of contract subline Items
0005AA through 0005AB. This work subject to SCA wage determinations.
0005AA
(PRS Item No.
)
(PRS Item No.
)
0005AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract line items from 0005AA through 0005ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0005
(Contract Line Items 0005AA through 0005AB)
$
SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES
Estimated
Unit
No.
Supplies/Services
Quantity
Unit
Price
0006
Item
Total
Amount__
INDEFINITE QUANTITY WORK: FIRST OPTION PERIOD
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of contract subline items
0006AA through 0006AB. This work subject to DBA wage determinations.
0006AA
(PRS Item No.
)
(PRS Item No.
)
0006AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract line items from 0006AA through 0006ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0006
(Contract Line Items 0006AA through 0006AB)
$
SCHEDULE OF FIRM-FIXED PRICE WORK
____
Item
Unit
Total
No.
Supplies/Services
Quantity
Unit
Price
Amount
0007
FIRM-FIXED PRICE WORK: SECOND OPTION PERIOD
Price to perform work, including all labor, materials,
equipment, supervision, in accordance with all the terms of
this contract.
The contract price is the sum of contract
subline Items 0007AA through 0007AC.
0007AA
(PRS Item No.
)
(PRS Item No.
)
(PRS Item No.
)
0007AB
0007AC
Mo.
$
$
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract subline Items from 0007AA through 0007ZZ.)
TOTAL PRICE FOR CONTRACT LINE ITEM 0007
(Contract subline items 0007AA through 0007AD)
$
SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT ACT WAGES
Item
Estimated
Unit
Total
No.
Supplies/Services
Quantity
Unit
Price
Amount___
0008
INDEFINITE QUANTITY WORK: SECOND OPTION PERIOD
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of contract subline Items
0008AA through 0008AB. This work subject to SCA wage determinations.
0008AA
(PRS Item No.
)
(PRS Item No.
)
0008AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all contract line items from 0008AA through 0008ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0008
(Contract Line Items 0008AA through 0008AB)
$
SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES
Estimated
Unit
No.
Supplies/Services
Quantity
Unit
Price
0009
Item
Total
Amount_
INDEFINITE QUANTITY WORK: SECOND OPTION PERIOD
Price to perform work in accordance with all the terms of this
contract.
The contract price is the sum of contract subline Items
0009AA through 0009AB. This work subject to DBA wage determinations.
0009AA
(PRS Item No.
)
(PRS Item No.
)
0009AB
Mo.
$
$
Mo.
$
$
(Continue this pattern for all line items from 0009AA through 0009ZZ)
TOTAL PRICE FOR CONTRACT LINE ITEM 0009
(Contract Line Items 0009AA through 0009AB)
$
********************************************************************************
NOTICE TO BIDDERS:
REFER TO "COMBINATION FIRM-FIXED PRICE/INDEFINITE QUANTITY
CONTRACT (JUN 1994) (FAC 5252.216-9310)", "ORDERING (OCT 1995)(FAR 52.216-18)",
"ORDER LIMITATIONS (APR 1984) (FAR 52.216-19)" clauses in Section I; "PROCEDURES
FOR ISSUING ORDERS (JUN 1994) (FAC 5252.216-9306)" clause in Section G; “OPTION TO
EXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)(FAC 5252.217-9301)" clause in
Section I; "MAXIMUM QUANTITIES (JUN 1994) (FAC 5252.216-9313)" clause in Section
H; and "EVALUATION OF OPTIONS(JUL 1990) (FAR 52.217-5)" provision in Section M.
********************************************************************************
PART
I
S E C T I O N
C
DESCRIPTION/SPECIFICATIONS
PART I - THE SCHEDULE
SECTION C: DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
TABLE OF CONTENTS
PARA
NO.
C.1
C.2
C.3
C.4
C.5
C.6
C.7
C.8
TITLE
GENERAL REQUIREMENTS..................................
Regular Working Hours.............................
DEFINITIONS - TECHNICAL ..............................
GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES.
CONTRACTOR FURNISHED ITEMS ...........................
TECHNICAL REQUIREMENT.................................
TECHNICAL REQUIREMENT.................................
TECHNICAL REQUIREMENT.................................
GENERAL ADMINISTRATIVE REQUIREMENTS...................
Directives........................................
Submittals........................................
Station Regulations...............................
Fire Protection...................................
Environmental Protection..........................
Disposal..........................................
Safety Requirements and Reports...................
Passes and Badges.................................
Identification of Contractor Employees............
Identification of Contractor Vehicles.............
Permits...........................................
Combined Contractor Production Report and
Contractor Quality Control Report................
Insurance.........................................
PAGE
NO.
C- 3
C- 3
C- 4
C- 6
C- 7
C- 7
C- 8
C- 8
C- 8
C- 8
C- 8
C- 9
C- 9
C- 9
C-10
C-10
C-10
C-11
C-11
C-11
C-12
C-12
SECTION C:
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
*******************************************************************
NOTE TO SPECIFICATION WRITER: This section is provided only to
illustrate a suggested general format for the technical
specifications, Section C. NAVFAC Guide Performance Work Statements
(GPWSs) are available that provide detailed example specifications
for a number of technical/functional areas, such as custodial,
grounds maintenance, and pest control services. Copies of GPWSs may
be obtained from each of the NAVFAC Engineering Field Divisions.
Note that a number of paragraphs included in Section C were formally
included in other Sections of the NAVFAC Uniform Contract Format
Guide
*******************************************************************
*******************************************************************
NOTE TO SPECIFICATION WRITER: The GENERAL REQUIREMENTS paragraph
defines the overall scope of the contract. It should be carefully
written so that if additional work is required, the contract can be
modified by an in-scope modification.
*******************************************************************
C.1
GENERAL REQUIREMENTS
(1) The Contractor shall furnish all labor, management,
supervision, tools, materials, equipment, incidental engineering, and
transportation necessary to maintain and repair family housing units
and associated utility systems, household equipment, appliances, land
areas, and other related real property and facilities in accordance
with the contract requirements. Attachment J-C
describes the
facilities to be maintained in this contract.
(2) The Contractor shall provide services for the following
functions: (ex)
PARAGRAPH
C7
C8
C9
FUNCTION
Service call work
Preventive maintenance of equipment
Change of occupancy maintenance
a. Regular Working Hours. The Government's regular (normal)
working hours are from 0730 to 1630 Mondays through Fridays except
(a) federal holidays and (b) other days specifically designated by
the Contracting Officer.
(1) Federal Holidays. New Year's Day, Martin Luther
Kind, Jr. Day, Presidents Day, Memorial Day, Labor Day, Columbus Day,
Veterans Day, Thanksgiving Day, and Christmas Day.
C.2
DEFINITIONS - TECHNICAL
*******************************************************************
NOTE TO SPECIFICATION WRITER: The DEFINITIONS-TECHNICAL paragraph
contains definitions associated with Section C. Definitions should
be inserted in alphabetical order. Avoid using acronyms, terms, or
titles in Section C which are not identified and defined in this
paragraph. Definitions provided herein are not all inclusive and
other definitions may be included. Additional definitions can be
found in the "DEFINITIONS" clause in Section I.
*******************************************************************
1. Alteration. The work required to adjust interior arrangements,
on-base locations, or other physical characteristics of an existing
real property facility so that it may be more effectively adapted to
or utilized for its designated purpose; categorized as construction.
2. Construction. The erection, installation or assembly of a new
real property facility; the addition, expansion, extension,
alteration, conversion or replacement of an existing real property
facility; or the relocation of a real property facility; including
demolition of facility(ies) to be replaced, supporting utilities,
roads, parking lot, equipment installed in and made a part of such
facilities, related site preparation, excavation, filling and
landscaping, or other land improvements.
3. Construction Equipment. All mechanical equipment used in the
construction, alteration or repair of buildings, bridges, roads or
other kinds of real property and includes, but is not limited to,
road rollers, wheel mounted backhoes and loaders, hydraulic
excavators, trenchers, plows, street sweepers and brooms, dump
trucks, equipment hauling trailers, line striping equipment, brush
chippers, portable pumps, air compressors and welders, and mobile
weight handling equipment (cranes).
4. Contractor. The term Contractor refers to both the prime
Contractor and subcontractors. The prime Contractor shall ensure
that his/her subcontractors comply with the provisions of this
contract.
5. Contract Discrepancy Report (CDR). A report, sent by the
Government to the Contractor which the contractor is required to
complete when performance is unsatisfactory. The CDR requires the
Contractor to explain to the Contracting Officer, in writing within
10 calendar days, why performance is unsatisfactory, how performance
shall be returned to satisfactory levels, and how recurrence of the
problem shall be prevented in the future.
6. Contractor Representative. A person(s) designated by the
Contractor to be his/her authorized representative. One such person
shall serve as the Government's principal point of contact.
7. Davis-Bacon Act (DBA) Work. All individual maintenance and
repair jobs equal to or exceeding 32 work hours; all painting work
equal to or exceeding 200 square feet in area, change of occupancy
work within housing maintenance, boiler overhauls, and individual
maintenance and repair jobs in combination with construction and
alteration work or with painting equal to or exceeding 200 square
feet.
8. Engineered Performance Standards (EPS). A job estimating system
developed for the Department of Defense. EPS is the average time
necessary for a qualified craftsman working at a normal pace,
following acceptable trade methods, receiving capable supervision,
and experiencing normal delays to perform defined amounts of work of
a specified quality. EPS handbooks are available in electronic
format from Naval Facilities Engineering Command Engineering Field
Divisions. Attachment J-E
contains a list of available EPS
handbooks.
9. Facilities. Industrial property for production, maintenance,
research, development, or testing, including real property and
rights, therein, buildings, structures, improvements, and built-in
equipment.
10. Frequency of Service. Unless otherwise noted, services
designated with the following frequencies shall be performed at
intervals specified:
a. Annual (A). Services performed once during each 12 month
period of the contract at intervals of 335 to 395 days.
b. Semi-Annual (SA). Services performed twice during each 12
month period of the contract at intervals of 160 to 200 calendar
days.
c. Biennial (BA). Services performed once every 2 years on a
date or during the month specified.
d. Quarterly (Q). Services performed 4 times during each 12
month period of the contract at intervals of 80 to 100 calendar days.
e. Monthly (M). Services performed 12 times during each 12
month period of the contract at intervals of 28 to 31 calendar days.
f. Bimonthly (BM). Services performed 6 times during each 12
month period of the contract at intervals of 58 to 63 days.
g. Weekly (W). Services performed 52 times during each 12
month period of the contract at intervals of 6 to 8 days.
h. Biweekly (BW). Services performed 26 times during each 12
month period of the contract at intervals of 13 to 15 days.
i. Daily (D). Services performed 261 times during each 12
month period of the contract, once each day, Monday through Friday,
including holidays unless otherwise noted.
11. Maintenance. Recurring, day-to-day, periodic or scheduled work
required to preserve or restore a real property facility to such a
condition that it may be effectively utilized for its designated
purpose; work undertaken to prevent damage to a facility that
otherwise would be more costly to restore.
12. Performance Requirements Summary (PRS). A tabular summary of
contract requirements itemized by work requirements (tasks), weight,
standards of performance, and MADR which is used by the Government to
assess monthly Contractor performance and is the primary basis for
deducting for partially performed, unsatisfactorily performed and
non-performed work. See attachment J.
13. Quality Assurance (QA) Program. A program implemented by the
Government to evaluate the output quality and responsiveness of the
Contractor to ensure that the Government receives the services for
which public funds are expended. It is emphasized that the
government's quality assurance program is not a substitute for the
quality control program implemented and administered by the
Contractor.
14.
Quality Assurance Evaluator (QAE). The Government employee
designated by the Contracting Officer to be responsible for the
monitoring of Contractor performance.
C.3
GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES
*********************************************************************
NOTE TO SPECIFICATION WRITER: Government furnished property may
include real property or personal property. The specification writer
must clearly identify Government furnished facilities, equipment, and
material, if any, and provide detailed listings in Section J. Ensure
that NAVFAC clause 5252.245-9300 in Section I is properly completed.
*********************************************************************
C.3.1 General
In accordance with NAVFAC 5252.245-9300, "GOVERNMENT FURNISHED
PROPERTY, MATERIALS AND SERVICES (DEC 94)" clause, Section I, the
Government will furnish or make available to the Contractor certain
Government owned facilities, equipment, materials, and utilities for
use in connection with this contract.
a. Government Furnished Facilities. The Government will
furnish or make available to the Contractor the facilities described
in Attachment J-C .
b. Government Furnished Equipment. The Government will
furnish or make available to the Contractor the tools and equipment
listed in Attachment J-C .
c. Government Furnished Material. The Government will
furnish or make available the material described in Attachment J-C
to the Contractor.
d. Availability of Utilities. The Government will furnish
utility services as specified in NAVFAC 5252.245-9300, "GOVERNMENT
FURNISHED PROPERTY, MATERIALS AND SERVICES (DEC 94) clause, Section
I.
C.4
C.4.1
CONTRACTOR FURNISHED ITEMS
General
Except for items listed in paragraph C3.1, the Contractor shall
provide all facilities, equipment, materials, and services to perform
the requirements of this contract.
a. Materials. The Contractor shall provide new or factory
reconditioned parts and components when providing maintenance and
repair services as described herein. All replacement units, parts,
components and materials to be used in the maintenance, repair, and
alteration of facilities and equipment shall be compatible with that
existing equipment on which it is to be used; shall be of equal or
better quality than original equipment specifications; shall comply
with applicable Government, commercial, or industrial standards such
as National Board of Underwriters or Underwriters' Laboratories,
Inc., National Board of Fire Underwriters, National Electrical
Manufacturer's Association, American Society of Mechanical Engineers,
etc; shall conform to the applicable specifications listed in
Attachment J-C
and the technical specifications, Section C; and
used in accordance with original design and manufacturer intent.
Items not listed in Attachment J-C
or technical specifications
shall be of acceptable industrial grade and quality. If the original
manufacturer has updated the quality of parts for current production,
parts supplied under this contract shall equal or exceed the updated
quality.
C.5
TECHNICAL REQUIREMENT
*********************************************************************
NOTE TO SPECIFICATION WRITER: Include general and specific technical
requirements for each of the services included in the contract, such
as "REQUIREMENTS FOR SERVICE CALL WORK", "GRASS CUTTING", etc.
Examples of technical requirements may be found in the NAVFAC GPWSs
for a number of different functional areas. The following format may
be used in organizing each technical functional requirement.
*********************************************************************
C.5.1
GENERAL REQUIREMENTS
C.5.2
DEFINITIONS
C.5.3
GOVERNMENT FURNISHED ITEMS
C.5.4
CONTRACTOR FURNISHED ITEMS
C.5.5
FIXED PRICE WORK
C.5.6
C.5.7
INDEFINITE QUANTITY WORK
RECORDS AND REPORTS
C.6
TECHNICAL REQUIREMENT.
C.7
TECHNICAL REQUIREMENT.
C.8
GENERAL ADMINISTRATIVE REQUIREMENTS.
*********************************************************************
NOTE TO SPECIFICATION WRITER: The following includes miscellaneous
administrative requirements that should be included in all NAVFAC
facilities support service contracts. Additional administrative
requirements may be added if necessary.
*********************************************************************
C.8.1
Directives
Applicable Department of Defense (DOD), Secretary of the Navy
(SECNAV), Chief of Naval Operations (OPNAV), and other directives,
instructions, and regulations are listed in Attachment J-C .
C.8.2
Submittals.
(1) The Contractor shall submit certificates of
compliance, manufacturer's descriptive data, and product samples for
those items specified in paragraph 2 of Attachment J-C . Such
submittals shall be made to the Contracting Officer within 15
calendar days after award of the contract.
(2) Certificates of compliance shall be obtained from
material manufacturers attesting that materials meet the requirements
specified in Attachment J-C .
(3) Manufacturer's descriptive data shall include the
name of the manufacturer, model number or other identifying
information, catalog cut, and other identifying data and information
describing the performance, capacity, rating, and
application/installation instructions which clearly illustrate that
the proposed item meets the applicable standards specified in
Attachment J-C .
(4) Product samples shall include a sufficient quantity
of material to allow for complete analysis and evaluation by the
Government.
C.8.3
Station Regulations
a. The Contractor and his employees shall become acquainted
with and obey all Government regulations as posted, or as requested
by the Contracting Officer. See Attachment J-C .
b. The Contractor shall participate actively in the activity
energy conservation program. The Contractor shall comply with the
base energy conservation program and shall become familiar with
(Insert activity Energy Conservation Instruction Number). The
Contractor superintendent shall represent the Contractor's interests
at all meetings of the activity's Energy Conservation and Resource
Management Committee. Use of high energy consuming tools or
equipment shall be approved by the Contracting Officer. See
Attachment J-C
of this section.
C.8.4
Fire Protection
*********************************************************************
NOTE: Notify the Contractor he must comply with activity Fire
Protection instructions. Provide instruction or procedure number and
include as Attachment J-C .
*********************************************************************
The Contractor and his employees shall know where fire alarms are
located and how to turn them on. The Contractor shall handle ans
store all combustivle supplies, materials, waste and trash in a
manner that prevents fire or hazards to persons, facilities, and
materials. Contractor employees operating critical equipment shall
be trained to properly respond durng a fire alarm or fire per
activity insturction number (insert instruction number), included as
Attachment J-C- .
C.8.5
Environmental Protection
The Contractor shall comply with all applicable federal, state, and
local laws, and with the regulations and standards listed in
Attachment J-C . All environmental protection matters shall be
coordinated with the Contracting Officer. Inspection of any of the
facilities operated by the Contractor may be accomplished by the
Activity Environmental Protection Coordinator, or authorized
officials on a no-notice basis during normal working hours. In the
event that a regulatory agency assesses a monetary fine against the
Government for violations caused by Contractor negligence, the
Contractor shall reimburse the Government for the amount of that fine
and other costs. The Contractor shall also clean up any oil spills
which result from the Contractor's operations. The Contractor shall
comply with the instructions of the cognizant Navy Medical Department
with respect to avoidance of conditions which create a nuisance or
which may be hazardous to the health of military or civilian
personnel.
C.8.6
Disposal
Debris, rubbish and nonusable material resulting from the work under
this contract may be disposed of on Government property at (Indicate
location) at the direction of the Contracting Officer or off
Government property at the option of the Contractor. In either case,
the Contractor must dispose of all hazardous waste in accordance with
the Resource Conservation and Recovery Act and its associated state
and local regulations.
C.8.7
Safety Requirements and Reports
b. Prior to commencing work, the Contractor shall meet in
conference with the Contracting Officer to discuss and develop mutual
understandings relative to administration of the Safety Program.
c. The Contractor's work space may be inspected periodically
for OSHA and Navy violations. Abatement of violations will be the
responsibility of the Contractor and/or the Government as determined
by the Contracting Officer. The Contractor shall provide assistance
to the Safety Office escort and the federal or state OSHA inspector
if a complaint is filed. Any fines levied on the Contractor by
federal or state OSHA offices due to safety/health violations shall
be paid promptly.
d. The Contractor shall report to the Contracting Officer in
the manner and on the forms prescribed in Attachment J-C
exposure
data and all accidents resulting in death, trauma, or occupational
disease. All accidents must be reported to the Contracting Officer
within 24 hours of their occurrence.
e. The Contractor shall submit to the Contracting Officer a
full report of damage to Government property and/or equipment by
contractor employees. All damage reports shall be submitted to the
Contracting Officer within 24 hours of the occurrence.
f. Only emergency medical care is available in Government
facilities to Contractor employees who suffer on-the-job injury or
disease. Care will be rendered at the rates in effect at the time of
treatment. Reimbursement shall be made by the Contractor to the
Naval Regional Medical Center Collection Agent upon receipt of
statement.
C.8.8
Passes and Badges
All Contractor employees shall obtain the required employee and
vehicle passes. The Contractor shall, prior to the start of the
contract, submit to the Contracting Officer an estimate of the number
of personnel expected to be utilized at any one time on the contract.
The Government will issue badges without charge. Each employee shall
wear the Government issued badge over the front of the outer
clothing. When an employee leaves the Contractor's service, the
employee's pass and badge shall be returned within !NUMBER OF DAYS!.
Passes and badges issued to Contractor employees shall not negate the
requirement for employee identification required in the
"IDENTIFICATION OF CONTRACTOR EMPLOYEES" paragraph.
C.8.9
Identification of Contractor Employees
a. The Contractor shall provide to the Contracting Officer
the name or names of the responsible supervisory person or persons
authorized to act for the contractor.
b. The Contractor shall furnish sufficient personnel to
perform all work specified within the contract.
c. Contractor employees shall conduct themselves in a proper,
efficient, courteous and businesslike manner.
d. The Contractor shall remove from the site any individual
whose continued employment is deemed by the Contracting Officer to be
contrary to the public interest or inconsistent with the best
interests of National Security.
e. No employee or representative of the Contractor will be
admitted to the site of work unless he furnishes satisfactory proof
that he is a citizen of the United States, or, if an alien, his
residence within the United States is legal.
f. All
contract shall
patch attached
identification
or badges.
C.8.10
contractor/subcontractor employees working under this
be identified by a distinctive name plate, emblem, or
in a prominent place on an outer garment. Employee
shall not be substituted for station required passes
Identification of Contractor Vehicles
The company name shall be displayed on each of the Contractor's
vehicles in a manner and size that is clearly visible. All vehicles
shall display a valid state license plate and safety inspection
sticker, if applicable, and shall be maintained in good repair.
C.8.11
Permits
The Contractor shall, without additional expense to the Government,
obtain all appointments, licenses, and permits required for the
prosecution of the work. The Contractor shall comply with all
applicable federal, state, and local laws. Evidence of such permits
and licenses shall be provided to the Contracting Officer before work
commences.
C.8.12
Combined Contractor Production Report and Contractor Quality
Control Report
The Contractor shall complete and submit a Combined Contractor
Production Report and Contractor Quality Control Report Form NAVFAC
01400-1 (3/92) to the Contracting Officer on a daily basis covering
all work to which Davis-Bacon wage rates apply. See Attachment J-C .
C.8.13
Insurance.
*********************************************************************
NOTE: INSURANCE. The insurance amounts shown cannot be decreased.
The amounts can be increased with prior written approval of the Level
III Contract Officer depending on specific functional considerations.
Insurance levels are based on local prevailing insurance rates and
are generally increased for Motor Vehicle Operations contracts like
Bus and Taxi service.
*********************************************************************
*********************************************************************
NOTE: INSURANCE REQUIREMENTS FOR OVERSEAS CONTRACTS. Insurance is
not mandatory on overseas contracts. If included, the types and
dollar amounts can be altered to suit the local country requirements.
The time period for notification to the U. S. Government by the
insurance firm can be less than 30 days, dependent on local laws of
the country.
*********************************************************************
a. Within fifteen (15) days after award of this contract, the
Contractor shall furnish the Contracting Officer a certificate of
insurance as evidence of the existence of the following insurance
coverage in amounts not less than the amounts specified below in
accordance with the FAR 52.228-05, “INSURANCE - WORK ON A GOVERNMENT
INSTALLATION (SEP 1989)” clause, Section I. This insurance must be
maintained during the entire performance period.
COVERAGE
Comprehensive General Liability:
$500,000.
Automobile Liability: $200,000 per person; $500,000 per
occurrence for bodily injury; $20,000 per occurrence for
property damage.
Workmen’s Compensation: As required by Federal and State
workers’ compensation and occupational disease statutes.
Employer’s Liability Coverage: $100,000, except in states
where workers’ compensation may not be written by private
carriers.
Other as required by state law.
b. Above insurance coverage’s are to extend to Contractor
personnel operating Government owned equipment and vehicles.
c. The Certificate of Insurance shall provide for thirty days
written notice to the Contracting Officer by the insurance company
prior to cancellation or material change in policy coverage. Other
requirements and information are contained in the aforementioned
“Insurance” clause.
PART
I
S E C T I O N
D
PACKAGING AND MARKING
PART I - THE SCHEDULE
SECTION D:
PACKAGING AND MARKING
NOT APPLICABLE
PART
I
S E C T I O N
E
INSPECTION AND ACCEPTANCE
PART I - THE SCHEDULE
SECTION E:
INSPECTION AND ACCEPTANCE
TABLE OF CONTENTS
PARA CLAUSE
NO. NO.
PAGE
NO.
TITLE
E.l
N/A
ACCEPTANCE .............................
E-3
E.2
5252.216-9315 AWARD FEE (NOV 1994)....................
E-3
E.3
5252.223-9300 INSPECTION BY REGULATORY AGENCIES
(JUN 1994)..............................
E-8
E.4
E.5
52.246-4
INSPECTION OF SERVICES-FIXED PRICE
(FEB 1992) .............................
E-8
5252.246-9300 SCHEDULE OF DEDUCTIONS (JUN 1994) .......E-10
SAMPLE SCHEDULE OF DEDUCTIONS FORM ......E-11
E.6
5252.246-9303 CONSEQUENCES OF CONTRACTOR'S FAILURE
TO PERFORM REQUIRED SERVICES
(MAR 1996)...............................E-12
E.7
5252.246-9304 ESTIMATING THE PRICE OF NONPERFORMED OR
UNSATISFACTORY WORK (JUN 1994) ..........E-14
E.8
N/A
CONTRACTOR QUALITY CONTROL...............E-15
E.9
N/A
GOVERNMENT QUALITY ASSURANCE.............E-16
E.10
N/A
PERFORMANCE EVALUATION MEETINGS..........E-16
SECTION E:
E.l
INSPECTION AND ACCEPTANCE
ACCEPTANCE
************************************************************************
NOTE:
Include the following paragraph in facility support service
contracts and combination service and construction contracts.
************************************************************************
The performance and quality of work delivered by the
contractor, including services rendered and any documentation or written
material compiled shall be subject to inspection, review, and acceptance
by the Government.
E.2
FAC 5252.216-9315, AWARD FEE (NOV 1994)
************************************************************************
NOTE: Insert the following clause in solicitation and contracts when a
fixed-price award fee contract for services is contemplated. The clause
is to be tailored to each solicitation. For example, evaluation periods
for mobilization/demobilization may be shorter in length than the
evaluation periods during the contract.
Subsequently, the amount of
award fee for mobilization/demobilization will also differ.
************************************************************************
a. Determination of Award Fee. An Award Fee Evaluation procedure is
hereby established for determination of award fee payable under this
contract.
The payment of any award fee is contingent upon compliance
with contractual requirements and performance above the satisfactory
level (numerical rating of 80 points or above) in each of the individual
criteria set forth in the contract. It is the Government's intent that
the contractor perform the required services in such a manner as to
warrant the highest possible rating and award fee.
The contractor's
failure to maintain acceptable levels of performance in all areas of
this contract, whether specified or not, will result in no award fee
being issued.
Award fee determinations will be made by the Fee
Determination Official.
Each determination cover the preceding
evaluation period.
The award fee determination is not subject to the
"Disputes" clause of this contract.
Any amount not awarded in one
evaluation period will not be carried over to the next evaluation
period.
b. Procedures. The total amount of award fee that can be earned for
a twelve month period is $
. The amount of award fee that may
be earned for each evaluation period is $
.
c.
Procedures.
(1) Performance Evaluation Board. A performance evaluation board
(PEB) composed of selected technical and administrative personnel from
the (Activity) will evaluate the contractor's performance as related to
the criteria listed herein.
The PEB will make specific performance
evaluations each month. Within (# of days) following the end of each
evaluation period, the PEB will submit a formal evaluation report to the
Fee Determination Official (FDO).
The PEB report will include a
recommendation as to the numerical grade rating supported by a narrative
of each element evaluated. A copy of the PEB's report will be furnished
to the contractor within (# of days) following the end of the evaluation
period. The PEB is also responsible for considering proposed changes in
this plan and recommending those changes to the FDO.
(2)
Contractor Self-Evaluation.
The Contractor shall submit
within (# of days) following the end of the evaluation period a concise,
written self-evaluation of his performance limited to approximately 5
pages.
This report will be submitted to the Contracting Officer for
transmittal to the FDO.
(3) Fee Determination Official. The Fee Determination Official
(FDO) will determine the amount of award fee, if any, to be paid to the
contractor.
The FDO will review the Performance Evaluation Board's
(PEB's) report, the contractor's self-evaluation, and take such other
action and consider such other facts pertinent to this contractor's
performance as is required to determine the numerical rating and the
amount of the performance award fee for the evaluation period under
consideration.
The Contracting Officer will notify the contractor in
writing of the FDO's decision within (# of days) after the end of the
evaluation period. The contractor will submit an invoice in accordance
with the Contracting Officer's instructions. The decision of the FDO is
final and shall not be subject to the Disputes clause.
d. Evaluation Criteria, Grades and Definitions. Percentages will be
assigned to each criterion according to the relative order of importance
determined by the Government using the grades, definitions and criteria
presented herein. A rating will be assigned for each major evaluation
criterion for each period. The performance criteria and weighting will
be applied to arrive at a weighted score.
e.
Grades and Definitions.
(1)
Any changes to the award fee determination criteria which
shall apply during each award fee period will be provided to the
contractor in writing by the Contracting Officer at least (# of days)
prior to the start of each award fee period. Notification at a later
date or alteration of criteria, including added criteria, after an award
fee period has begun must be agreed to by both parties.
(2)
The award fee determination criteria for award fee are
established herein.
f.
Performance Criteria and Weighting.
Criteria elements listed
below will be used to evaluate performance.
Each element is
individually graded with a percentage score.
Normally a percentage
score below 80 in any of the criteria elements listed below will result
in no award fee paid to the contractor.
The maximum points for each
criteria element will be multiplied by the percentage score for each
criteria element. The sum of the scores for all criteria elements will
yield the numerical point value to determine the percentage of earned
award fee for evaluation shown on Table 1, Performance Evaluation Report
Criteria.
Table 1. PERFORMANCE EVALUATION REPORT CRITERIA
Quality of Work
Timely Completion
of Work
Fixed Price
Work
(40%)
Inferior quality of
workmanship with
excessive number
of deficiencies
Adequate quality of
workmanship with
substantial number
of deficiencies
Acceptable quality
of workmanship
with limited
number of
deficiencies
High quality of
workmanship with
minor deficiencies
Superior quality of
workmanship with
no deficiencies
Indefinite
Quantity Work
(40%)
Inferior quality of
workmanship with
excessive number
of deficiencies
Adequate quality of
workmanship with
substantial number
of deficiencies
Acceptable quality
of workmanship
with limited
number of
deficiencies
High quality of
workmanship with
minor deficiencies
Superior quality of
workmanship with
no deficiencies
Effectiveness
of Quality
Control Program
(20%)
Consistently
requires Govt input
to rework
unsatisfactory jobs
Occasionally
requires Govt input
to rework
unsatisfactory jobs
Rarely requires
Govt input to
rework
unsatisfactory jobs
Contractor QC
Program effects all
rework
requirements
Most jobs do not
require rework, QC
program very
effective
Fixed Price
Work
(40%)
Frequently misses
scheduled time
frames; requires
Govt prodding
Meets schedule but
requires Govt
prodding
Meets schedule
without reminders
Sometimes
responds and
performs faster
than scheduled
Often responds and
performs faster
than scheduled
Indefinite
Quantity Work
(40%)
Frequently misses
time frames
scheduled in DO
and requires Govt
prodding
Meets DO schedule
but requires Govt
prodding
Meets DO schedule
without reminders
Sometimes
responds and
performs faster
than DO schedule
Often responds and
performs faster than DO
schedule
Scheduling
(20%)
Schedules not
submitted; DO dates
consistently not met
Schedules submitted
but not complied with;
DO dates occasionally
not met
Schedules submitted
and usually complied
with; DO dates rarely
missed
Schedules submitted;
meets dates of all
approved schedules and
DO’s ahead of schedule
Schedules submitted;
completes work of
approved schedules and
DO’s ahead of schedule
Response to
Service Calls
Administration and
Management
Emergency service
calls
(50%)
Consistently late in
meeting response
times and
situations not
timely arrested
Occasionally late in
meeting response
times and
situations not
timely arrested
Rarely late in
meeting response
times but situations
timely arrested
Responds in a
timely manner and
arrests all
situations with
little Govt direction
Always responds
immediately and
quickly arrests all
situations
Urgent service calls
(25%)
Consistently late in
meeting response
times and
situations not
timely arrested
Occasionally late in
meeting response
times and
situations not
timely arrested
Rarely late in
meeting response
times but situations
timely arrested
Responds in a
timely manner and
arrests all
situations with
little Govt direction
Always responds
immediately and
quickly arrests all
situations
Routine service
calls
(25%)
Consistently late in
meeting response
times and
situations not
timely arrested
Occasionally late in
meeting response
times and
situations not
timely arrested
Rarely late in
meeting response
times but situations
timely arrested
Responds in a
timely manner and
arrests all
situations with
little Govt direction
Always responds
immediately and
quickly arrests all
situations
Cooperation
(50%)
Contractor and
employees do not
demonstrate
cooperation in
accomplishment of
the contract
Contractor and
employees
occasionally
demonstrate
cooperation in
accomplishment of
the contract
Contractor and
employees usually
demonstrate
cooperation in
accomplishment of
the contract
Cooperation and
teamwork exceed
normal
expectations
Cooperation and
teamwork
substantially exceed
normal
expectations
Ingenuity and/or
Flexibility
(50%)
Contractor and
employees display
no ingenuity or
willingness to
improve
Contractor and
employees
occasionally
display ingenuity
and willingness to
improve
Contractor and
employees attempt
improvement and
ingenuity and
occasionally are
successful
Contractor and
employees
generally are
ingenious and
innovative with
success and Govt
Contractor and
employees highly
ingenious and
innovative with
substantial Govt
benefit
E.3 FAC 5252.223-9300, INSPECTION BY REGULATORY AGENCIES
(JUN 1994)
************************************************************************
NOTE: INSPECTION BY REGULATORY AGENCIES. Insert the following clause
in solicitations and contracts for facilities support services.
************************************************************************
a.
Work performed under this contract is subject to
inspection by State and Federal Government Regulatory agencies including
those described below.
b.
Permission has been granted by the Navy permitting
Federal and State occupational health and safety officials to enter Navy
shore installations, without delay and at reasonable times, to conduct
routine safety and health investigations.
Permission also extends to
safety and health investigations based on reports of unsafe conditions.
Occupational Health and Safety Administration (OSHA) officials may also
investigate accidents or illnesses involving the Contractor's employees.
Inspections may also be carried out by the Department of Labor to
inspect for compliance with labor laws.
c.
The Contractor shall cooperate with regulatory agencies
and shall provide personnel to accompany the agency inspection or review
teams. Contractor personnel shall be knowledgeable concerning the work
being inspected, and participate in responding to all requests for
information, inspection or review findings by regulatory agencies.
E.4 FAR 52.246-4, INSPECTION OF SERVICES - FIXED-PRICE (FEB
1992)
************************************************************************
NOTE: INSPECTION OF SERVICES. Include the following clause in facility
support service contracts and combination service and construction
contracts.
************************************************************************
a.
Definitions.
"Services", as used in this clause,
includes services performed, workmanship, and material furnished or
utilized in the performance of services.
b.
The contractor shall provide and maintain an inspection
system acceptable to the Government covering the services under this
contract.
Complete records of all inspection work performed by the
contractor shall be maintained and made available to the Government
during contract performance and as for long afterwards as the contract
requires.
c.
The Government has the right to inspect and test all
services called for by the contract, to the extent practicable at all
times and places during the term of the contract. The Government shall
perform inspections and tests in a manner that will not unduly delay the
work.
d.
If the Government performs inspections or tests on the
premises of the Contractor or a sub-contractor, the Contractor shall
furnish, and shall require subcontractors to furnish, without additional
charge, all reasonable facilities and assistance for the safe and
convenient performance of these duties.
e.
If any of the services do not conform to the contract
requirements, the Government may require the Contractor to perform the
services again in conformity with contract requirements, at no increase
in the contract amount.
When the defects in services cannot be
corrected by reperformance, the Government may (l) require the
contractor to take necessary action to ensure that future performance
conforms to the contract requirements and (2) reduce the contract price
to reflect the reduced value of the services performed.
f.
If the Contractor fails to promptly perform the services
again or to take the necessary action to ensure future performance in
conformity with the contract requirements, the Government may (l) by
contract or otherwise, perform the services and charge to the Contractor
any costs incurred by the Government that is directly related to the
performance of such service or (2) terminate the contract for default.
E.5
FAC 5252.246-9300, SCHEDULE OF DEDUCTIONS (JUN 1994)
************************************************************************
NOTE:
Insert following in all firm fixed-price solicitations and
contracts for facility support services.
************************************************************************
a.
Within fifteen (15) days after the contract award, the
successful Contractor shall provide an acceptable Schedule of Deductions
for the base period and each option year of the contract. No work may
commence until such Schedule of Deductions is approved by the
Contracting Officer. The total of the Schedule of Deductions must equal
the amount entered in Contract Line Item [fill in blank] . If for any
reason this contract is modified, including the exercise of an option,
and the modification affects the schedule of deductions, the contractor
shall submit a revised schedule of deductions within fifteen (15) days
of the date of the modification.
Prices shown in the Schedule of
Deductions will be utilized in conjunction with the "CONSEQUENCES OF THE
CONTRACTOR'S FAILURE TO PROVIDE REQUIRED SERVICE" clause in making
deductions to the contract price for nonperformed or unsatisfactory
work.
b.
Unbalancing in the Schedule of Deductions submitted
shall be the cause for withholding approval and requiring resubmittal of
a balanced schedule.
The Contractor's failure to provide an approved
Schedule of Deductions shall be grounds for TERMINATION FOR DEFAULT.
The Government reserves the right to unilaterally establish a Schedule
of Deductions in the event the successful contractor fails to present
the Schedule of Deductions within fifteen (15) calendar days of the date
of contract award or presents a Schedule of Deductions which is
unbalanced or materially deficient. The approved Schedule of Deductions
shall be part of the contract. DO NOT SUBMIT the Schedule of Deductions
with the BID.
************************************************************************
NOTE:
SCHEDULE OF DEDUCTIONS FORM.
Include a Schedule of Deductions
form for the base period and each separately priced option period.
Indicate the period which is covered by the Schedule in the title of the
form.
The following example is for the base period.
The item
descriptions should correspond to the item description in the PRS and
reference is to be made to the item number shown in the PRS.
************************************************************************
SAMPLE
SAMPLE
SAMPLE
SAMPLE
SAMPLE
SAMPLE
SAMPLE
SAMPLE
SCHEDULE OF DEDUCTIONS FOR THE BASE PERIOD
DO NOT SUBMIT SCHEDULE OF DEDUCTIONS WITH THE BID.
Item
No.
0001AA
Supplies/Services
Qty
Amount
Total
Unit Per Month ? Months
Empty Containers,
Non Hazardous Waste, Schedule
Service, Administration Area
(Per PRS item 0001)
___
Mo.
$ _______ $ ________
$ _______ $ ________
0001AB
Empty Containers,
Non Hazardous Waste, Scheduled
Service Housing Area A.
(Per PRS Item 0002)
___
Mo.
0001AC
Empty Containers,
Non Hazardous Waste, Scheduled
Service, Housing Area B.
(Per PRS item 0003)
___
Mo . $ _______ $ ________
0001AD
Pick Up, Non Hazardous Waste, ___
Unscheduled Service, All Areas,
(Per PRS item 0004)
Mo.
$ _______ $ ________
0001AE
Empty Containers, Hazardous,
___
Waste, Scheduled Service, Garages
and Wash Rack. (Per PRS item 0005)
Mo.
$ _______ $ ________
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
0001AZ
Dispose of Sludge from Sewage ___
Mo. $ _______ $ ________
Treatment Plant, Landfill B.
(Per PRS item 0036)
TOTAL PRICE FOR THE LUMP SUM PORTION OF THE CONTRACT
$ ________
DO NOT FORGET TO INSERT IN THE FORM THE NUMBER OF MONTHS CORRESPONDING
TO THE BASE PERIOD OR SUBSEQUENT PERIODS
E.6
FAC 5252.246-9303, CONSEQUENCES OF CONTRACTOR'S FAILURE
TO PERFORM REQUIRED SERVICES (MAR 1996)
************************************************************************
NOTE:
Insert the following clause in all firm fixed-price and firm
fixed-price/indefinite
quantity
solicitations
and
contracts
for
facilities support services.
************************************************************************
The Contractor shall perform all the contract requirements.
The
Government will apply one or more of the surveillance methods mentioned
below and will deduct an amount from the Contractor's invoice or
otherwise withhold payment for unsatisfactory or nonperformed work. The
Government reserves the right to change surveillance methods at any time
during the contract without notice to the Contractor.
a. STATISTICALLY EXTRAPOLATED SURVEILLANCE METHOD. The Government may
apply a statistically extrapolated surveillance method (Random Sampling
for Extrapolated Deductions) to any contract requirement to determine
Contractor compliance. The defect rate will then be extrapolated to the
monthly population to determine the number of unsatisfactorily performed
work occurences.
The monthly population is the total number of work
occurences that are required to be performed during the month.
b.
OTHER SURVEILLANCE METHODS.
The Government may apply other
surveillance methods to determine Contractor compliance. These include,
but are not limited to, 100% inspection, random sampling without
extrapolated deductions, and planned sampling as primary surveillance
methods; and incidental inspections and validated customer complaints as
supplemental surveillance methods.
When using these surveillance
methods, deductions may be taken for all observed defects.
c. PROCEDURES.
the Government:
In the case of unsatisfactory or nonperformed work,
(1) may give the Contractor written notice of deficiencies prior
to deducting for unsatisfactory or nonperformed work and/or assessing
liquidated damages. Such written notice shall not be a prerequisite for
withholding payment for nonperformed work. The Government may specify,
as provided for below, that liquidated damages can be assessed against
the Contractor.
Such liquidated damages are to compensate the
Government for administrative costs and other expenses resulting from
the unsatisfactory or nonperformed work.
(2) may, at its option, allow the Contractor an opportunity to
reperform the unsatisfactory or nonperformed work, at no additional cost
to the Government. In the case of daily work, corrective action must be
completed within _____ hours of notice to the Contractor. In the case
of other work, corrective action must be completed within _____ hours of
notice.
However,
reperformed work.
the
Contractor
will
be
paid
for
satisfactorily
(3)
shall deduct from the Contractor's invoice all amounts
associated with the unsatisfactory or nonperformed work at the prices
set out in the Schedule or provided by other provisions of this
contract, unless the Contractor is required to reperform and
satisfactorily completes the work.
In addition, the Government can
assess liquidated damages, as referenced above, in the amount of ***
percent of the value of all observed defects.
(4) may, at its option, perform the work by Government personnel
or other means. The Government will reduce the amount of payment to the
Contractor, by the amount paid to any Government personnel (based on
wages, retirement and fringe benefits) plus material, or the actual
costs incurred to accomplish the services by other means. If the actual
costs cannot be readily determined, the prices set out in the Schedule
will be used as the basis for the deduction.
In addition, the
Government can assess liquidated damages, as referenced above, in the
amount of *** percent of the computed cost.
d. The Contractor is responsible for maintaining an effective Quality
Control Program during the course of the contract. Failure to maintain
adequate quality control may result in Termination for Default.
e.
Reperformance by the Contractor does not waive the Government's
right to terminate for nonperformance in accordance with FAR clause
52.249-8, "DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)" of Section I and
all other remedies for default as may be provided by law.
f.
When WATCHSTANDING SERVICES apply.
If the Contractor fails to
provide qualified personnel or allows any post to be unmanned for a
total of ______ minutes in any shift, the Government may assign other
persons to perform such work or deduct an amount from the Contractor's
invoice as specified below;
(1)
when Watchstanding Services are performed by Government
employees, deductions shall be computed based on the current Federal Pay
Schedule including wages, retirement and fringe benefits of the
Government employees (civilian or military) who actually performed the
work.
In addition, the Government can assess liquidated damages, as
referenced above, in the amount of _____ percent of the computed cost.
(2) when non-performed Watchstanding Services are obtained under
another contract, the Government will deduct from the Contractor’s
invoice an amount equal to the cost to the Government under that
contract. In addition, the Government can assess liquidated damages, as
referenced above, in the amount of _____ percent of the cost.
(3) If no guard replacement is furnished by the Government and
the work is not performed, the Government will deduct from the
Contractor's invoice an amount equal to the cost to the Government of
having a Government employee perform the work. In addition, the
Government can assess liquidated damages, as referenced above, in the
amount of ____ percent of the computed cost.
(4)
The Contractor will be held liable for property losses
sustained by the Government as a direct, consequential result of a
failure to furnish the required personnel.
(5) Computations of the costs of Government employees to perform
work not performed by the Contractor shall be in conformance with FAR
52.222-42, "STATEMENT OF EQUIVALENT RATE FOR FEDERAL HIRES”.
************************************************************************
**NOTE: If the Table 2 below is used for Change of Occupancy
requirements, the contract must state that the LDs rate set forth in the
above FAC clause 5252.246-9303, “CONSEQUENCES OF CONTRACTOR’S FAILURE TO
PERFORM REQUIRED SERVICES” does not apply to that work covered by the
liquidated damages table below.
************************************************************************
TABLE 2: FAMILY HOUSING UNITS
________________________________________________________________________
Type of Unit
Liquidated Damages Calendar Day
Per Unit
________________________________________________________________________
GOQ
SOQ
FGO
CGO
SEM
JEM
(General Officers’ Quarters)
(Senior Officers’ Quarters
(Field Grad Officers)
(Company Grade Officers)
(Senior Enlisted Men)
(Junior Enlisted Men)
Average daily Basic
Allowance (BAQ) with
dependents plus average
applicable housing
allowances or temporary
living allowance, as
appropriate.
************************************************************************
E.7
FAC 5252.246-9304, ESTIMATING THE PRICE OF NONPERFORMED
OR UNSATISFACTORY WORK (MAR 1996)
************************************************************************
NOTE:
Insert the following clause in all firm fixed-price and firm
fixed-price/indefinite quantity solicitations and contracts for all
facilities support services.
************************************************************************
In accordance with the "CONSEQUENCES OF THE CONTRACTOR'S
FAILURE TO PERFORM REQUIRED WORK" clause FAC 5252.246-9303, deductions
may be taken for nonperformed or unsatisfactory work. In the event, the
price of nonperformed or unsatisfactory work cannot be determined from
the prices set out in the Schedule, or on the basis of the actual cost
to the Government, estimated methods may be used.
Engineered
Performance Standards (EPS) or other estimating sources may be utilized
to estimate the cost of nonperformed work or the costs which would be
incurred in remedying unsatisfactory work. The Government may estimate
the cost using wage rate and fringe benefits included in the wage
determinations included in the contract.
Government estimates of the
Contractor's overhead and profit rates, and Government estimates of
material costs if applicable.
Liquidated damages, to compensate the
Government for administrative costs and other expenses resulting from
the nonperformance or unsatisfactory performance, will be calculated in
accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM
REQUIRED WORK" clause.
A list of Engineered Performance Standards is
contained in Attachment J- [fill in blank] .
E.8
CONTRACTOR QUALITY CONTROL (QC).
************************************************************************
NOTE: If the contract is to be awarded on the basis of a Request for
Proposal (RFP) which includes the evaluation of a technical proposal,
delete subparagraph (1) and substitute subparagraph (1)(optional).
************************************************************************
(1)
The Contractor shall establish and maintain a Quality Control
Program in accordance with the FAR 52.246-4, "INSPECTION OF SERVICES FIXED PRICE" clause, Section E, to ensure that the work performed under
the contract conforms to the contract requirements.
The Contractor
shall submit to the Contracting Officer, a Quality Control Plan (QCP)
for approval 15 calendar days after award of the contract. A general
description of the Contractor's Quality Control (QC) program shall be
available for Government review during the preaward survey.
(1) (optional). The Contractor shall establish and maintain a Quality
Control Program in accordance with the FAR 52.246-4, "INSPECTION OF
SERVICES - FIXED PRICE" clause, Section E, to ensure that the work
performed under the contract conforms to the contract requirements. The
Contractor shall submit to the Contracting Officer, a Quality Control
Plan (QCP) as part of the Technical Proposal.
(2) The Contractor's QCP shall provide top Contractor management with
an effective and efficient means of identifying and correcting problems
throughout the entire scope of operations.
(3)
The QCP shall include:
(a) A description of the Contractor's quality control system.
The system must cover all contract services, specify work to be
inspected on either a schedule or unscheduled basis, and describe how
inspections are to be conducted.
(b)
The name(s) and qualifications of the individual(s)
responsible for performing the quality control inspections, and the
extend of their authority.
(c) Provisions for recording the results of inspections and for
recording corrective action taken.
(d)
Provisions to update
performance of the contract.
and
revise
the
QCP
during
the
(4)
A file of all Quality Control inspections both performed and
scheduled, inspection results, and dates and details of corrective
actions taken shall be maintained by the Contractor through the term of
this contract.
The file shall be the property of the Government and
made available to the Contracting Officer during regular working hours.
The file shall be turned over to completion/termination of the contract.
E.9
GOVERNMENT QUALITY ASSURANCE (QA).
In accordance with the FAR 52.246-4, "INSPECTION OF SERVICES - FIXED
PRICE" clause, Section E, each phase of the services rendered under this
contract is subject to Government inspection, during the Contractor's
operations and after completion of the tasks. The Government's Quality
Assurance Surveillance Program is not a substitute for Quality Control
by the Contractor. All findings of unsatisfactory or non-performed work
will be administered in accordance with the "CONSEQUENCES OF
CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E.
All costs associated with rework are the responsibility of the
Contractor. The Government reserves the right to choose the inspection
methods to be used in implementing its Quality Assurance Program and to
vary the inspection methods utilized during the work, without notice to
the Contractor.
E.10
PERFORMANCE EVALUATION MEETINGS.
(1)
The Contractor shall meet with the Government's representative
(Insert frequency such as weekly/monthly) during the first (Insert
number of months) months of the contract. Thereafter, meetings will be
as often as necessary at the discretion of the Contracting Officer, but
not less than (insert frequency such as weekly/monthly).
A mutual
effort will be made to resolve all problems identified.
The written
minutes of these meetings, prepared by the Government, shall be signed
by the Contractor's representative and the Government's representative.
Should the Contractor not concur with the minutes, the Contractor shall
state, in writing, to the Contracting Officer any areas of disagreement
within _____ calendar days.
(2) The Government will periodically assess the Contractor's overall
performance on this contract by completing the form at Attachment JE-__.
The Government may use this form to evaluate the Contractor more
frequently if it becomes necessary. The Contractor will be afforded an
opportunity to comment on each evaluation performed when the Government
uses Attachment JE-__.
The Contractor has 30 calendar days to submit
written comments on unsatisfactory ratings.
PART
I
S E C T I O N
F
DELIVERIES OR PERFORMANCE
PART I - THE SCHEDULE
SECTION F:
DELIVERIES OR PERFORMANCE
TABLE OF CONTENTS
PARA CLAUSE
NO.
NO.
PAGE
NO.
TITLE
F.1
N/A
LOCATION
F.2
N/A
PERFORMANCE PERIOD OF CONTRACT.......... F-3
F.3
5252.242-9305
PRE-PERFORMANCE CONFERENCE
(JUL 1995) ............................. F-3
.............................. F-3
SECTION F - DELIVERIES OR PERFORMANCE
F.l
LOCATION
The work shall be located at the
(insert name of the activity) .
The exact location(s) as identified in Attachment J-E .
F.2
PERFORMANCE PERIOD OF CONTRACT
************************************************************************
NOTE: PERFORMANCE PERIOD OF CONTRACT. Modify as required.
************************************************************************
The contract term shall be for a period of (insert number of
months)
commencing
(insert date)
or within 15 days
after notice/date of award. The Government has the option to extend the
term of the contract in accordance with the "OPTION TO EXTEND THE TERM
OF THE CONTRACT - SERVICES ___(insert either "(FAC) (JUN 1994) clause,
Section I" or "(FAR 52.217-9) (MAR 1989) clause, Section I")
. In
the option periods the Government will adjust the prices, as required,
based on new Department of Labor Wage Rate Determinations.
F.3 FAC 5252.242-9305, PRE-PERFORMANCE CONFERENCE (JUL 1995)
************************************************************************
NOTE: PRE-PERFORMANCE CONFERENCE: Insert the following clause in all
solicitations and contracts except construction. Use FAR clause
52.236-26, Pre-Construction Conference for Construction contracts.
************************************************************************
Within _____ days of contract award, prior to the commencement of
the work, the Contractor will meet in conference with representatives of
the contracting officer, at a time to be determined by the Contracting
Officer, to discuss and develop mutual understanding relative to
scheduling and administering work.
PART
I
S E C T I O N
G
CONTRACT ADMINISTRATION DATA
PART I - THE SCHEDULE
SECTION G:
CONTRACT ADMINISTRATION DATA
TABLE OF CONTENTS
PARA CLAUSE
NO. NO.
TITLE
PAGE
NO.
G.l
5252.201-9300
CONTRACTING OFFICER AUTHORITY (JUN 1994) .G-3
G.2
5252.216-93OO
APPOINTMENT OF ORDERING OFFICER(S)
(JUN 1994)................................G-3
G.3
5252.216-9306
PROCEDURES FOR ISSUING ORDERS (MAY 1995) .G-3
G.4
5252.232-9000
SUBMISSION OF INVOICES (JUL 1992) ........G-4
G.5
5252.242-9300
GOVERNMENT REPRESENTATIVES (JUN 1994) ....G-7
SECTION G - CONTRACT ADMINISTRATION DATA
G.l FAC 5252.201-9300, CONTRACTING OFFICER AUTHORITY (JUN
1994)
************************************************************************
NOTE:
Insert in all solicitations/contracts for facilities support
services.
************************************************************************
In no event shall any understanding or agreement between the
Contractor and any Government employee other than the Contracting
Officer on any contract, modification, change order, letter or verbal
direction to the Contractor be effective or binding upon the Government.
All such actions must be formalized by a proper contractual document
executed by an appointed Contracting Officer. The Contractor is hereby
put on notice that in the event a Government employee other than the
Contracting Officer directs a change in the work to be performed or
increases the scope of the work to be performed, it is the Contractor's
responsibility to make inquiry of the contracting Officer before making
the deviation. Payments will not be made without being authorized by an
appointed Contracting Officer with the legal authority to bind the
Government.
G.2
FAC 5252.216-9300, APPOINTMENT OF ORDERING OFFICER(S)
(JUN 1994)
************************************************************************
NOTE: Insert the following clause in facility support and A/E IDQ and
Requirement type solicitations and contracts.
Not to be used in Time
and Material contracts.
************************************************************************
Ordering Officers under this contract are authorized by the
Contracting Officer to execute delivery orders provided the total price
for the delivery order does not exceed the individual Contracting
Officer(s) warrant limitations.
The ordering officers and their
specific authority shall be stated in this contract or in an appointment
letter.
G.3
FAC 5252.216-9306, PROCEDURES FOR ISSUING ORDERS (MAY
1995)
************************************************************************
NOTE:
Insert in all solicitations/contract for facility support
services where orders will be issued.
************************************************************************
a.
Services to be furnished under this contract shall be
furnished at such times as ordered by the issuance of delivery orders on
DD Form 1155 by the Ordering Officer designated by the contracting
officer.
All orders issued hereunder are subject to the terms and
conditions of this contract. This contract shall control in the event
of conflict with any order.
When mailed, a delivery order will be
considered "issued" for the purpose of this contract at the time the
Government deposits the order in the mail or, if transmitted by other
means, when physically delivered to the Contractor.
b.
Delivery orders may be modified by the ordering officer.
Modifications to delivery orders will be issued on Standard Form (SF)
30.
c.
Delivery orders may be modified/ordered orally by the Ordering
Officer in emergency circumstances.
Oral modifications/orders are
limited to a maximum of $10,000 and will be confirmed by issuance of a
written modification/order within two (2) working days from the time of
the oral communication.
G.4 NAPS 5252.232-9000, SUBMISSION OF INVOICES (FIXED
PRICE)(JUL 1992)
************************************************************************
NOTE:
Insert the following clause in fixed price (except fixed price
incentive) type solicitations and contract, or basic ordering agreements
requiring fixed price orders, except in construction or architectengineer contracts or as provided in paragraphs (d) and (e) of NAPS
232.908
************************************************************************
a.
"Invoice" as used in this clause does not include contractor's
requests for progress payments.
b.
The contractor shall submit original invoices with _____
copies to the address identified in the solicitation/contract award form
(SF 26-Block 10; SF 33-Block 23; SF 1447-Block 14), unless delivery
orders are applicable, in which case invoices will be segregated by
individual order and submitted to the address specified in the order (DD
1155-Block 13 or SF 26-Block 10).
c.
The use of copies of the Material Inspection and Receiving
Report (MIRR), DD Form 250, as an invoice is encouraged. DFARS Appendix
F-306 provides instructions for such use. Copies of the MIRR used as an
invoice are in addition to the standard distribution stated in DFARS F401.
d.
In addition to the requirements of the Prompt Payment Clause
of this contract, the contractor shall cite on each invoice the contract
line item number (CLIN); the contract subline item number (SLIN), if
applicable; the accounting classification reference number (ACRN) as
identified on the financial accounting data sheets, and the payment
terms.
e.
The contractor shall prepare:
*
a separate invoice for each activity designated to
receive the supplies or services.
*
a consolidated invoice covering all shipments delivered
under an individual order.
*
either of the above.
f.
If acceptance is at origin, the contractor shall submit the
MIRR or other acceptance verification directly to the designated payment
office.
If acceptance is at destination, the consignee will forward
acceptance verification to the designated payment office.
************************************************************************
NOTE:
Insert ALT I for fixed price level of effort contracts, to
designate Government representative with authority to approve hours
actually expended.
************************************************************************
ALTERNATE I (NAPS 5252.232-9000)
g.
Submit invoices monthly to the Government representative named
in the contract for approval of hours actually expended.
NAPS 5252.232-9001, SUBMISSION OF INVOICES (COSTREIMBURSEMENT, TIME-AND-MATERIALS, LABOR-HOUR, OR FIXED
PRICE INCENTIVE) (JUL 1992)
************************************************************************
NOTE:
Insert the following clause in cost reimbursement, time-andmaterials, labor-hour, or fixed price incentive solicitations and
contracts except as provided in paragraphs (d) and (e) of NAPS 232.908.
************************************************************************
a.
"Invoice" as used in this clause includes contractor requests
for interim payments using public vouchers (SF 1034) but does not
include contractor requests for progress payments under fixed price
incentive contracts.
b.
The Contractor shall submit invoices and any necessary
supporting documentation, in an original and _______ copies, to the
contract auditor* at the following address:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
unless delivery orders are applicable, in which case invoices will be
segregated by individual order and submitted to the address specified in
the order and submitted to the address specified in the order.
In
addition,
an
information
copy
shall
be
submitted
to
_____________________________________.
Following verification, the
contract auditor* will forward the invoice to the designated payment
office for payment in the amount determined to be owing, in accordance
with the applicable payment (and fee) clause(s) of this contract.
c.
Invoices requesting interim payments shall be submitted no
more than once every two weeks, unless another time period is specified
in the Payments clause of this contract. For indefinite delivery type
contracts, interim payment invoices shall be submitted no more than once
every two weeks for each delivery order. There shall be a lapse of no
more than _______ calendar days between performance and submission of an
interim payment invoice.
d.
In addition to the information identified in the Prompt
Payment clause herein, each invoice shall contain the following
information, as applicable:
e.
1.
2.
3.
4.
5.
6.
7.
8.
Contract line item number (CLIN)
Subline item number (SLIN)
Accounting Classification Reference Number (ACRN)
Payment Terms
Procuring activity
Date supplies provided or services performed
Costs incurred and allowable under the contract
Vessel (e.g., ship, submarine or other craft) or system
for which supply/service is provided.
A DD
**
**
**
Form 250, "Material Inspection and Receiving Report"
is required with each invoice submittal
is required only with the final invoice
is not required
f.
A Certificate of Performance
**
shall be provided with each invoice submittal
**
is not required
g.
The Contractor's final invoice shall be identified as such,
and shall list all other invoices (if any) previously tendered under
this contract.
h.
cost of performance shall be segregated, accumulated and
invoiced to the appropriate ACRN categories to the extent possible.
When such segregation of costs by ACRN is not possible for invoices
submitted with CLINS/SLINS with more than one ACRN, an allocation ratio
shall be established in the same ratio as the obligations cited in the
accounting data so that costs are allocated on a proportional basis.
*
In contracts with the Canadian Commercial Corporation,
substitute "Administrative Contracting Officer" for "contract auditor".
**
Check appropriate requirements.
************************************************************************
NOTE:
Insert ALT I in cost reimbursement, time-and-materials, laborhour, or fixed price incentive solicitations and contracts when use of
foreign vendors or contractors is anticipated.
************************************************************************
ALTERNATE I (NAPS 5252.232-9001)
i.
When a vendor invoice for a foreign currency is provided as
supporting documentation, the Contractor shall identify the foreign
currency and indicate on the vendor invoice the rate of exchange on the
date of payment by the Contractor. The Contractor shall also attach a
copy of the bank draft or other suitable documents showing the rate of
exchange.
The contractor shall provide an English translation if the
vendor invoice is written in a foreign language.
NAPS 5252.232-9003, SUBMISSION OF INVOICES IN CONTRACTS FOR
LEASE, MAINTENANCE, RENTAL AND/OR SUPPORT SERVICES
(JUN 1992)
************************************************************************
NOTE: Insert the following clause in contracts for lease maintenance,
rental, and/or support services in accordance with NAPS 5232.908(d).
************************************************************************
(a) The contractor shall submit original invoices with ____ copies
to the address identified on the solicitation/contract award form (SF
26-Block 10; SF 33-Block 23; SF 1447-Block 14) unless delivery orders
are applicable, in which case invoices will be segregated by individual
order and submitted to the address specified in the delivery order,
including a named individual if applicable, for certification prior to
payment.
(b)
In addition to the information identified in the clause
entitled “Prompt Payment” herein, invoices shall include the following
information:
(1)
(2)
(3)
(4)
(5)
(6)
Contract line item number (CLIN)
Contract subline item number (SLIN), if applicable
Accounting classification reference number (ACRN)
Payment terms
Name and serial number of equipment provided or serviced
Total charges and, if applicable, the prompt payment discount.
(c) The contractor shall submit invoices for basic monthly charges
in the month following the month for which the charges accrue and not
more than on a monthly basis. Payment for rental or services of less
than one month’s duration shall be prorated at 1/30th of the basic
monthly charges for each calendar day.
(d) If maintenance credits apply, the procedures indicated below
are applicable:
* The Government will request in writing that the applicable credits
for the month be applied against other charges. The request will list
the following information:
Type and model number(s) of machines(s),
date of occurrence, period of downtime, and credit due.
Invoices for
remedial (on-call) maintenance will be accompanied by copies of the
applicable malfunction reports regarding the on-call maintenance
furnished.
* The Government will deduct the credits from the monthly invoice and
inform the contractor in writing the reason for the credit and include
the date of the occurrence, period of downtime and/or response time,
credit due and the type and model of the equipment.
*
Check applicable procedure.
G.5 FAC 5252.242-9300, GOVERNMENT REPRESENTATIVES (JUN
1994)
************************************************************************
NOTE:
Insert the following clause in all solicitation/contracts and
check the appropriate paragraphs which apply.
************************************************************************
(a)
The contract will be administered by an authorized
representative of the Contracting Officer. In no event, however, will
any understanding or agreement, modification, change order, or other
matter deviating from the terms of the contract between the contractor
and any person other than the Contracting Officer be effective or
binding upon the Government, unless formalized by proper contractual
documents executed by the Contracting Officer prior to completion of
this contract. The authorized representatives as indicated hereinafter:
(1) The project Engineer-in-Charge (EIC) will be designated
by the Contracting Officer as the authorized representative of the
Contracting Officer. The EIC is responsible for monitoring performance
and the technical management of the effort required hereunder, and
should be contacted regarding questions or problems of a technical
nature.
(2)
The designated Contract Specialist will be the
Administrative Contracting Officer's representative on all other
contract administrative matters.
The Contract Specialist should be
contacted regarding all matters pertaining to the contract or delivery
orders.
(3)
The
designated
Property
Administrator
is
the
Administrative Contracting Officer's representative on property matters.
The Property administrator should be contacted regarding all matters
pertaining to property administration.
PART
I
S E C T I O N
H
SPECIAL CONTRACT REQUIREMENTS
PART I - THE SCHEDULE
SECTION H:
SPECIAL CONTRACT REQUIREMENTS
TABLE OF CONTENTS
PARA CLAUSE
NO. NO.
H.1
H.2
TITLE
PAGE
No.
5252.216-9312
MINIMUM AND MAXIMUM QUANTITIES (JUN 1994).H-3
5252.216-9313
MAXIMUM QUANTITIES (JUN 1994) ............H-3
5252.223-9301
WILDLIFE PRESERVATION (JUN 1994) .........H-4
SECTION H:
SPECIAL CONTRACT REQUIREMENTS
************************************************************************
NOTE: Select the appropriate alternate clause ALT I or ALT II depending
on the type of indefinite delivery contract type used.
For an Indefinite Quantity (IQ) contract, use ALT I.
For a Combination Firm Fixed-Price/IQ contract, use ALT II
For a Requirements Contracts, use the FAR 52.216-21, "REQUIREMENTS"
clause.
FAC clause 5252.216-9311, "ESTIMATED QUANTITIES CLAUSE" has
been deleted and is no longer a valid clause for use. The information
previously contained in the FAC clause is contained in FAR 52.216-21,
"REQUIREMENTS" CLAUSE IN SECTION I which states that the quantities
specified in the Schedule are estimates only and should be marked as
such.
************************************************************************
ALT I
H.2 FAC 5252.216-9312, MINIMUM AND MAXIMUM QUANTITIES
1994).
(JUN
As referred to in paragraph (b) of FAR 52.216-22 INDEFINITE QUANTITY
clause, the contract minimum quantity is (fill-in)% of the estimated
total quantity. Should the Government fail to place orders totaling the
amount of the contract minimum quantity, the provisions of Clause
"[insert title of FAR 52.249-1 or FAR 52.249-2]" shall apply to the
unordered amount of the contract minimum quantity. The maximum quantity
shall not be exceeded except as may be provided by formal modification
to the contract.
ALT II
(Combination FFP/IQ contract)
H.2 FAC 5252.216-9313, MAXIMUM QUANTITIES (JUN 1994).
As referred to 5252.216-9310, "COMBINATION FIRM FIXED-PRICE/INDEFINITE
QUANTITY CONTRACT" clause, the minimum guarantee of work is the firm
fixed price portion of the contract. The maximum dollar value of the
contract is the total dollar value of the Fixed Price and Indefinite
Quantity Items.
The maximum shall not be exceeded except as may be
provided by formal modification to the contract.
ALTERNATE I (JUN 1994). If the firm fixed-price portion of the contract
is less than nominal, substitute the following clause.
As referred to in FAC 5252.216-9310, "COMBINATION FIRM FIXEDPRICE/INDEFINITE-QUANTITY CONTRACT" clause, the minimum guarantee of
work is (fill-in)% of the estimated total quantity. The maximum dollar
value of the contract is the total dollar value of the Fixed Price and
Indefinite Quantity Items. The maximum shall not be exceeded except as
may be provided by formal modification to the contract.
H.1 FAC 5252.223-9301, WILDLIFE PRESERVATION (JUN 1994)
************************************************************************
NOTE:
WILDLIFE PRESERVATION.
Insert the following clause in
solicitations and contracts for facilities support or architectengineering services when applicable.
************************************************************************
(insert
(Insert name of activity)
is a designated
description of designation)
. Before commencing work which may
disturb wildlife, the Contractor shall obtain all necessary state, local
and federal permits. Following is a list of applicable restrictions
(insert a list of restrictions).
PART
S E C T I O N
II
I - SEALED BIDDING
CONTRACT CLAUSES
PART II - THE SCHEDULE
SECTION I - CONTRACT CLAUSES
************************************************************************
SEALED BIDDING
This section includes a listing of a broad range of FAR, DFARS, and
NAVFAC clauses for contracting by sealed bid. All the clauses are not
applicable to one particular solicitation and the contract specialist
should determine exactly which clauses apply.
The contracting officer shall give the contractor the full text of any
clause incorporated by reference on request. The full text of those
clauses which are required to be in full text are not displayed. They
may be found in the appropriate regulations or NAVFAC clause book.
At the pre-performance conference the successful bidder should be given
copies of key clauses which were incorporated by reference.
******************************************************************
TABLE OF CONTENTS
PARA
NO.
CLAUSE
I.1
52.203-9
REQUIREMENT OF PROCUREMENT INTEGRITY MODIFICATION (SEP 1995) ................ I-
I.2
FAC
5252.211-9300
COMMERCIAL WARRANTY (JUN 1994) ......... I-
I.3
52.216-18
ORDERING (OCT 1995) .................... I-
I.4
52.216-19
ORDER LIMITATIONS (OCT 1995)............ I-
I.5
52.216-21
REQUIREMENTS (OCT 1995)................. I-
I.6
52.216-22
INDEFINITE QUANTITY (OCT 1995).......... I-
I.7
FAC
5252.216-9310
COMBINATION FIRM FIXED-PRICE/INDEFINITE
QUANTITY CONTRACT (JUN 1994)............ I-
I.8
FAC
5252.216-9314
ECONOMIC PRICE ADJUSTMENT FOR CHANGES IN
LANDFILL/DISPOSAL FEES (JUN 1994)....... I-
TITLE
PAGE
PARA
NO.
I.9
TITLE
CLAUSE
FAC
5252.217-9301
PAGE
OPTION TO EXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)..................... I-
I.10 52.220-1
RESERVED
I.11 52.222-42
STATEMENT OF EQUIVALENT RATES FOR FEDERAL
HIRES (MAY 1989)........................ I-
I.12 FAC
5252.222-9302
MINIMUM WAGE RATES
(DEC 1994).............................. I-
1.13 FAC
5252.228-9300
INDIVIDUAL SURETY/SURETIES
(JAN 1994).............................. I-
1.14 FAC
5252.228-9302
BID GUARANTEE
(JUN 1994).............................. I-
I.15 FAC
5252.228-9305
NOTICE OF BONDING REQUIREMENTS
(JUN 1994).............................. I-
I.16 DFARS
252.233-7000
CERTIFICATION OF CLAIMS AND REQUESTS FOR
ADJUSTMENT OR RELIEF (MAY 1995)......... I-
I.17 FAC
5252.245-9300
GOVERNMENT-FURNISHED PROPERTY, MATERIALS
AND SERVICES (DEC 1994)................. I-
I.18 DFARS
252.247-7023
TRANSPORTATION OF SUPPLIES BY SEA
(DEC 1991).............................. I-
I.19 DFARS
252.219-7003
SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED
SMALL BUSINESS SUBCONTRACTING PLAN (DoD
CONTRACTS) (NOV 1995).................. I-
I.20 52.252-2
CLAUSES INCORPORATED BY REFERENCE
(JUN 1988).............................. I-
SECTION I - CONTRACT CLAUSES
************************************************************************
NOTE: Insert those clauses to be included in full text. The full text
of those clauses does not appear in this guide. The clauses can be
found in the appropriate regulations or NAVFAC Clause book. Renumber
clause I.20 below as appropriate.
************************************************************************
I.20
FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988)
This contract incorporates the following clauses by reference, with
the same force and effect as it they were given in full text. Upon
request, the Contracting Officer will make their full text available.
(a)
FAR REF.
NO.
52.202-1
52.203-1
52.203-3
52.203-5
52.203-6
52.203-7
52.203-10
52.203-12
52.207-3
52.209-6
52.214-29
52.217-8
52.219-6
52.219-7
52.219-8
52.219-9
52.219-13
52.219-14
52.219-16
52.220-1
52.220-3
52.220-4
52.222-1
52.222-3
Federal Acquisition Regulation (48 CFR Chapter 1) Clauses:
CLAUSE TITLE
DEFINITIONS (OCT 1995)
RESERVED
GRATUITIES (APR 1984)
COVENANT AGAINST CONTINGENT FEES (APR 1984)
RESTRICTIONS ON SUBCONTRACTORS SALES TO THE GOVERNMENT(JUL
1995)
ANTI-KICKBACK PROCEDURES (JUL 1995)
PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP
1990)
LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN
FEDERAL TRANSACTIONS (JAN 1990)
RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991)
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
(JUL 19955)
ORDER OF PRECEDENCE -- SEALED BIDDING (JAN 1986)
OPTION TO EXTEND SERVICES (AUG 1989)
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984)
NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE (OCT 1995)(ALT)
UTILIZATION OF SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED
SMALL BUSINESS CONCERNS (OCT 1995)
SMALL BUSINESS, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL
BUSINESS SUBCONTRACTING PLAN (ALT I) (OCT 11995)
RESERVED
LIMITATIONS ON SUBCONTRACTING (JAN 1991)
LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995)
RESERVED
RESERVED
RESERVED
NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984)
CONVICT LABOR (APR 1984)
FAR REF.
NO.
52.222-4
52.222-6
52.222-7
52.222-8
52.222-9
52.222-10
52.222-11
52.222-12
52.222-13
52.222-14
52.222-15
52.222-17
52.222-18
52.222-20
52.222-26
52.222-28
52.222-35
52.222-36
52.222-37
52.222-41
52.222-43
52.222-44
52.223-2
52.223-6
52.224-1
52.224-2
52.225-5
52.225-11
52.226-1
52.227-1
52.227-2
52.228-5
52.229-3
52.229-6
52.230-2
52.230-5
52.232-1
52.232-8
CLAUSE TITLE
CONTRACT WORK HOURS AND SAFETY STANDARD ACT-OVERTIME
COMPENSATION (JUL 1995)
DAVIS-BACON ACT (FEB 1995)
WITHHOLDING OF FUNDS (FEB 1988)
PAYROLLS AND BASIC RECORDS (FEB 1988)
APPRENTICES AND TRAINEES (FEB 1988)
COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988)
SUBCONTRACTS (LABOR STANDARDS) (FEB 1988)
CONTRACT TERMINATION--DEBARMENT (FEB 1988)
COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS
(FEB 1988)
DISPUTES CONCERNING LABOR STANDARDS (FEB 1988)
CERTIFICATION OF ELIGIBILITY (FEB 1988)
LABOR STANDARDS FOR CONSTRUCTION WORK--FACILITIES CONTRACTS
(FEB 1988)
RESERVED
WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984)
EQUAL OPPORTUNITY (APR 1984)
EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS
(APR 1984)
AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA
VETERANS (APR 1984)
AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984)
EMPLOYMENT REPORTS OF SPECIAL DISABLED VETERANS AND VETERANS
OF THE VIETNAM ERA (JAN 1988)
SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAY 1989)
FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE
ADJUSTMENT (MULTI YEAR AND OPTION CONTRACTS) (MAY 1989)
FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE
ADJUSTMENT (MAY 1989)
CLEAN AIR AND WATER (APR 1984)
DRUG-FREE WORKPLACE (JUL 1990)
PRIVACY ACT NOTIFICATION (APR 1984)
PRIVACY ACT (APR 1984)
BUY AMERICAN ACT - CONSTRUCTION MATERIALS (MAY 1992)
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992)
UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED
ECONOMIC ENTERPRISES (AUG 1991)
AUTHORIZATION AND CONSENT (JUL 1995)
NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT
INFRINGEMENT (APR 1984)
INSURANCE - WORK ON GOVERNMENT INSTALLATION (SEP 1989)
FEDERAL, STATE AND LOCAL TAXES (JAN 1991)
TAXES--FOREIGN FIXED-PRICE CONTRACTS (JAN 1991)
COST ACCOUNTING STANDARDS (AUG 1992)
ADMINISTRATION OF COST ACCOUNTING STANDARDS (FEB 1995)
PAYMENTS (APR 1984)
DISCOUNTS FOR PROMPT PAYMENT (APR 1989)
FAR REF.
NO.
52.232-11
52.232-17
52.232-18
52.232-23
52.232-25
52.233-1
52.233-3
52.237-2
CLAUSE TITLE
EXTRAS (APR 1984)
INTEREST (JAN 1991)
AVAILABILITY OF FUNDS (APR 1984)
ASSIGNMENT OF CLAIMS (JAN 1986)
PROMPT PAYMENT (MAR 1994)
DISPUTES (OCT 1995)
PROTEST AFTER AWARD (OCT 1995)
PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION
(APR 1984)
52.237-3 CONTINUITY OF SERVICES (JAN 1991)
52.242-13 BANKRUPTCY (JUL 1995)
52.243-1 CHANGES-FIXED PRICES (AUG 1987) BASIC CLAUSE, ALTERNATE I AND
ALTERNATE II
52.244-1 SUBCONTRACTS (FIXED-PRICED CONTRACTS) (FEB 1995)
52.244-5 COMPETITION IN SUBCONTRACTING (APR 1984)
52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (ALT I) (DEC 1989)
52.245-4 GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984)
52.245-25 LIMITATION OF LIABILITY-SERVICES (APR 1984)
52.248-1 VALUE ENGINEERING (MAR 1989)
52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
(SHORT FORM) (APR 1984)
52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
(APR 1984)
52.249-8 DEFAULT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984)
(b)
Defense Federal Acquisition Regulation Supplement Clauses:
DFARS REF
NO.
252.203-7000
252.203-7001
252.203-7003
252.204-7003
252.205-7000
252.209-7001
252.215-7000
252.215-7001
252.219-7003
CLAUSE TITLE
STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER
DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991)
SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993)
PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS
(APR 1992)
CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT
HOLDERS (DEC 1991) (For contracts over $500,000)
DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN
GOVERNMENT THAT SUPPORTS TERRORISM (SEP 1995)
PRICING ADJUSTMENTS (DEC 1991)
AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991)
(For contracts over $100,000)
SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS
SUBCONTRACTING PLAN (DOD CONTRACTS) (MAY 1994)
COLLEGES AND UNIVERSITIES, AND MINORITY
INSTITUTIONS (NOV 1995)
FAR REF.
NO.
CLAUSE TITLE
252.219-7005
INCENTIVE FOR SUBCONTRACTING WITH SMALL BUSINESSES,
SMALL DISADVANTAGED BUSINESSES, HISTORICALLY BLACK
252.223-7004
DRUG-FREE WORKFORCE (SEP 1988)
252.225-7001
BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM
(JAN 1994)
252.227-7000
NON-ESTOPPEL (OCT 1966)
252.231-7000
SUPPLEMENTAL COST PRINCIPLES (DEC 1991)
252.232-7006
REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON
FINDING OF FRAUD (AUG 1992)
252.242-7000
POSTAWARD CONFERENCE (DEC 1991)
252.243-7001
PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
252.245-7001
REPORTS OF GOVERNMENT PROPERTY (MAY 1994)
252.247-7024
NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA
(DEC 1991)
PART
S E C T I O N
II
I - NEGOTIATED
CONTRACT CLAUSES
PART II - THE SCHEDULE
SECTION I - CONTRACT CLAUSES
************************************************************************
NEGOTIATED CONTRACTS
This section includes a listing of a broad range of FAR, DFARS, and
NAVFAC clauses for contracting by sealed bid. All the clauses are not
applicable to one particular solicitation and the contract specialist
should determine exactly which clauses apply.
The contracting officer shall give the contractor the full text of any
clause incorporated by reference on request. The full text of those
clauses which are required to be in full text are not displayed. They
may be found in the appropriate regulations or NAVFAC clause book.
At the pre-performance conference the successful bidder should be given
copies of key clauses which were incorporated by reference.
************************************************************************
TABLE OF CONTENTS
PARA
NO.
CLAUSE
I.1
52.203-9
REQUIREMENT OF PROCUREMENT INTEGRITY MODIFICATION (SEP 1995) ................ I-
I.2
FAC
5252.211-9300
COMMERCIAL WARRANTY (JUN 1994) ......... I-
I.3
52.216-18
ORDERING (OCT 1995) .................... I-
I.4
52.216-19
ORDER LIMITATIONS (OCT 1995)............ I-
I.5
52.216-21
REQUIREMENTS (OCT 1995)................. I-
I.6
52.216-22
INDEFINITE QUANTITY (OCT 1995).......... I-
I.7
FAC
5252.216-9310
COMBINATION FIRM FIXED-PRICE/INDEFINITE
QUANTITY CONTRACT (JUN 1994)............ I-
I.8
FAC
5252.216-9314
ECONOMIC PRICE ADJUSTMENT FOR CHANGES IN
LANDFILL/DISPOSAL FEES (JUN 1994)....... I-
I.9
FAC
5252.217-9301
OPTION TO EXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)..................... I-
TITLE
PAGE
PARA
NO.
CLAUSE
TITLE
PAGE
I.10 52.220-1
RESERVED................................ I-
I.11 FAC
5252.222-9302
MINIMUM WAGE RATES
(DEC 1994).............................. I-
I.12 FAC
5252.228-9300
INDIVIDUAL SURETY/SURETIES
(JUN 1994).............................. I-
I.13 52.222-42
STATEMENT OF EQUIVALENT RATES FOR FEDERAL
HIRES (MAY 1989)........................ I-
I.14 FAC
5252.228-9305
NOTICE OF BONDING REQUIREMENTS
(JUN 1994).............................. I-
I.15 DFARS
252.233-7000
CERTIFICATION OF CLAIMS AND REQUESTS FOR
ADJUSTMENT OR RELIEF (MAY 1995)......... I-
I.16 FAC
5252.245-9300
GOVERNMENT-FURNISHED PROPERTY, MATERIALS
AND SERVICES (DEC 1994)................. I-
I.17 DFARS
252.247-7023
TRANSPORTATION OF SUPPLIES BY SEA
(DEC 1991).............................. I-
I.18 252.219-7003
SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED
SMALL BUSINESS SUBCONTRACTING PLAN (DoD
CONTRACTS) (NOV 1995)................... I-
I.19 52.252-2
CLAUSES INCORPORATED BY REFERENCE
(JUN 1988).............................. I-
SECTION I - CONTRACT CLAUSES
************************************************************************
NOTE: Insert those clauses to be included in full text. The full text
of those clauses does not appear in this guide. The clauses can be
found in the appropriate regulations or NAVFAC Clause book. Renumber
clause I.19 below as appropriate.
************************************************************************
I.19
FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988)
This contract incorporates the following clauses by reference, with
the same force and effect as it they were given in full text. Upon
request, the Contracting Officer will make their full text available.
(a)
FAR REF.
NO.
52.202-1
52.203-1
52.203-3
52.203-5
52.203-6
52.203-7
52.203-10
52.203-12
52.207-3
52.209-6
52.215-1
52.215-22
52.215-23
52.215-24
52.215-25
52.215-26
52.215-27
52.215-33
52.217-8
52.219-6
52.219-7
Federal Acquisition Regulation (48 CFR Chapter 1) Clauses:
CLAUSE TITLE
DEFINITIONS (OCT 1995)
RESERVED
GRATUITIES (APR 1984)
COVENANT AGAINST CONTINGENT FEES (APR 1984)
RESTRICTIONS ON SUBCONTRACTORS SALES TO THE GOVERNMENT
(JUL 1995)
ANTI-KICKBACK PROCEDURES (JUL 1995)
PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP
1990)
LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN
FEDERAL TRANSACTIONS (JAN 1990)
RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991)
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
(JUL 1995)
RESERVED
PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1995)
(For negotiated contracts over $500,000)
PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA
MODIFICATIONS (OCT 1995) (For negotiated contracts over
$500,000)
SUBCONTRACTOR COST OR PRICING DATA (OCT 1995) (For negotiated
contracts over $100,000)
SUBCONTRACTOR COST OR PRICING DATA - MODIFICATIONS (OCT 1995)
(For negotiated contracts over $100,000)
INTEGRITY OF UNIT PRICES (OCT 1995)
TERMINATION OF DEFINED BENEFIT PENSION PLANS (SEP 1989)
ORDER OF PRECEDENCE (JAN 1986)
OPTION TO EXTEND SERVICES (AUG 1989)
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984)
SMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATIVES
(DoD CONTRACTS)
FAR REF
NO.
52.219-8
52.219-9
52.219-13
52.219-14
52.219-16
52.220-3
52.220-4
52.222-1
52.222-3
52.222-4
52.222-6
52.222-7
52.222-8
52.222-9
52.222-10
52.222-11
52.222-12
52.222-13
52.222-14
52.222-15
52.222-17
52.222-18
52.222-20
52.222-26
52.222-28
52.222-35
52.222-36
52.222-37
52.222-41
52.222-43
52.222-44
52.223-2
52.223-6
52.224-1
52.224-2
52.225-5
52.225-11
CLAUSE TITLE
UTILIZATION OF SMALL, SMALL DISADVANTAGED, AND WOMEN-OWNED
SMALL BUSINESS CONCERNS (OCT 1995)
SMALL BUSINESS, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL
BUSINESS SUBCONTRACTING PLAN (ALT I) (OCT 1995)
RESERVED
LIMITATIONS ON SUBCONTRACTING (JAN 1991)
LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995)
RESERVED
RESERVED
NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984)
CONVICT LABOR (APR 1984)
CONTRACT WORK HOURS AND SAFETY STANDARD ACT-OVERTIME
COMPENSATION (JUL 1995)
DAVIS-BACON ACT (FEB 1995)
WITHHOLDING OF FUNDS (FEB 1988)
PAYROLLS AND BASIC RECORDS (FEB 1988)
APPRENTICES AND TRAINEES (FEB 1988)
COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988)
SUBCONTRACTS (LABOR STANDARDS) (FEB 1988)
CONTRACT TERMINATION--DEBARMENT (FEB 1988)
COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS
(FEB 1988)
DISPUTES CONCERNING LABOR STANDARDS (FEB 1988)
CERTIFICATION OF ELIGIBILITY (FEB 1988)
LABOR STANDARDS FOR CONSTRUCTION WORK--FACILITIES CONTRACTS
(FEB 1988)
RESERVED
WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984)
EQUAL OPPORTUNITY (APR 1984)
EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS
(APR 1984)
AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA
VETERANS (APR 1984)
AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984)
EMPLOYMENT REPORTS OF SPECIAL DISABLED VETERANS AND VETERANS
OF THE VIETNAM ERA (JAN 1988)
SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAR 1989)
FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE
ADJUSTMENT (MULTI YEAR AND OPTION CONTRACTS) (MAY 1989)
FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE
ADJUSTMENT (MAY 1989)
CLEAN AIR AND WATER (APR 1984)
DRUG-FREE WORKPLACE (JUL 1990)
PRIVACY ACT NOTIFICATION (APR 1984)
PRIVACY ACT (APR 1984)
BUY AMERICAN ACT - CONSTRUCTION MATERIALS (MAY 1992)
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992)
FAR
NO.
52.226-1
52.227-1
52.227-2
52.228-1
52.228-2
52.228-5
52.229-3
52.229-6
52.230-2
52.230-5
52.232-1
52.232-8
52.232-11
52.232-17
52.232-18
52.232-19
52.232-23
52.232-25
52.233-1
52.233-3
52.237-2
52.237-3
52.242-13
52.243-1
52.244-1
52.244-5
52.245-2
52.245-4
52.246-20
52.248-1
52.249-1
52.249-2
CLAUSE TITLE
UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC
ENTERPRICES
AUTHORIZATION AND CONSENT (APR 1984)
NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT
INFRINGEMENT (APR 1984)
BID GUARANTEE (APR 1984)
ADDITIONAL BOND SECURITY (APR 1984)
INSURANCE - WORK ON GOVERNMENT INSTALLATION (SEP 1989)
FEDERAL, STATE AND LOCAL TAXES (JAN 1991)
TAXES--FOREIGN FIXED-PRICE CONTRACTS (JAN 1991)
COST ACCOUNTING STANDARDS (AUG 1992)
ADMINISTRATION OF COST ACCOUNTING STANDARDS (FEB 1995)
PAYMENTS (APR 1984)
DISCOUNTS FOR PROMPT PAYMENT (APR 1989)
EXTRAS (APR 1984)
INTEREST (JAN 1991)
AVAILABILITY OF FUNDS (APR 1984)
AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
ASSIGNMENT OF CLAIMS (JAN 1986)
PROMPT PAYMENT (SEP 1992)
DISPUTES (OCT 1995)
PROTEST AFTER AWARD (OCT 1995)
PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION
(APR 1984)
CONTINUITY OF SERVICES (JAN 1991)
BANKRUPTCY (JUL 1995)
CHANGES-FIXED PRICES (AUG 1987) BASIC CLAUSE, ALTERNATE I AND
ALTERNATE II
SUBCONTRACTS (FIXED-PRICED CONTRACTS) (FEB 1995)
COMPETITION IN SUBCONTRACTING (APR 1984)
GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (ALT I) (DEC 1989)
GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984)
WARRANTY OF SERVICES (APR 1984)
VALUE ENGINEERING (MAR 1989)
TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
(SHORT FORM) (APR 1984)
TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
(APR 1984)
DEFAULT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984)
Defense Federal Acquisition Regulation Supplement Clauses:
52.249-8
(b)
DFARS REF
NO.
252.203-7000
252.203-7001
252.203-7003
252.204-7003
CLAUSE TITLE
STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER
DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991)
SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993)
PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS
(APR 1992)
CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
DFARS REF
NO.
252.205-7000
252.209-7001
252.215-7000
252.215-7001
252.219-7003
252.223-7004
252.225-7001
252.227-7000
252.231-7000
252.232-7006
252.242-7000
252.243-7001
252.245-7001
252.247-7024
CLAUSE TITLE
PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT
HOLDERS (DEC 1991) (For contracts over $500,000)
DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN
GOVERNMENT THAT SUPPORTS TERRORISM (SEP 1995)
PRICING ADJUSTMENTS (DEC 1991)
AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991)
(For contracts over $100,000)
SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS
SUBCONTRACTING PLAN (DOD CONTRACTS) (MAY 1994)
DRUG-FREE WORKFORCE (SEP 1988)
BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM
(JAN 1994)
NON-ESTOPPEL (OCT 1966)
SUPPLEMENTAL COST PRINCIPLES (DEC 1991)
REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON
FINDING OF FRAUD (AUG 1992)
POSTAWARD CONFERENCE (DEC 1991)
PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
REPORTS OF GOVERNMENT PROPERTY (MAY 1994)
NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA
(DEC 1991)
PART
III
S E C T I O N
J
DOCUMENTS, EXHIBITS, AND OTHER
ATTACHMENTS
PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS
SECTION J: LIST OF ATTACHMENTS
TABLE OF CONTENTS
ATTACHMENT
NUMBER
J-l
J-C1
J-C2
J-C2.1
J-C2.2
J-C2.3
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-C__
J-E__
J-El
J-E__
J-F1
J-G1
J-G1.1
J-G1.2
J-G2
J-G2.1
TITLE
Wage Determination No.
Performance Requirements Summary
Scheduled Grounds Maintenance Service (Facilities to be
maintained)
Scheduled Pruning/Trimming of Shrubs, Bushes,
Hedges and Trees (Facilities to be maintained)
Listing of Fence Line Areas to be Mechanically
Cleaned (Facilities to be maintained)
Listing of Buildings and Structures to Receive
Herbicide Treatment (Facilities to be maintained)
Government Furnished Facilities
Government Furnished Equipment
Government Furnished Material
Contractor Furnished Items/Materials
Directives
Submittals
Station Regulations
Fire Protection
Environmental Protection
Safety Requirements and Reports
List of Required Records and Reports
Combined Contractor Production Report/Contractor Quality
Control Report
Statistically Extrapolated Surveillance Methods
Engineered Performance Standards Handbook Pubs
Performance Evaluation Facility Support Contracts
NAVFAC 11300/11 (9-95)
Location of Work
Ordering Officers
Sample Delivery Order, DD Form 1155
Sample Modification of Contract Form, SF 30
Invoicing Instructions
Sample Invoice Forms
PAGE NO.
JJJJJJJJJJJJJJJJJJJJJJJJJJJJ-
ATTACHMENT J-l
DEPARTMENT OF LABOR WAGE DETERMINATION(S)
************************************************************************************
NOTE TO SPECIFICATION WRITER: Choose one of the following.
************************************************************************************
Attached is Service Contract Act Wage Determination !INSERT NUMBER!. This determination
specified the minimum wages and fringe benefits to be paid under this contract.
OR
Attached is Davis-Bacon Act Wage Determination !INSERT NUMBER! and Service Contract Act
Wage Determination !INSERT NUMBER!. These determinations specify the minimum wages and
fringe benefits to be paid under this contract.
OR
Attached is Davis-Bacon Act Wage Determination !INSERT NUMBER!. A Service Contract Act
Wage Determination has been requested from t he Department of Labor and will be incorporated by
amendment upon receipt. These determinations specify the minimum wages and fringe benefits to be paid
under this contract.
ATTACHMENT J-C1
PERFORMANCE REQUIREMENTS SUMMARY
The Contract Requirements listed in the attached PRS represent specific tasks which are to be performed under the
contract. The cost of a Contract Requirement includes the costs of all the labor, equipment, materials, fringe
benefits, overhead and profit associated with that particular Contract Requirement. Items such as "Maintenance
Management" are therefore not listed as Contract Requirements as such functions are considered to be included in
the scope of the individual Contract Requirements.
The Performance Requirements associated with each Contract Requirement are as shown in the PRS and include:
a. Work Requirements. A series of work requirements associated with each particular Contract
Requirement are listed in column 3 of the PRS. The Work Requirements are typically specified in terms of
timeliness of performance, the quality of the work, and the preparation of documentation associated with a
particular Contract Requirement.
b. Weight. The value of each Work Requirement is specified as a percentage of the Contract
Requirement with which it is associated in column 4 of the PRS. The percentages are based on judgment, taking
into account both the costs incurred by the Contractor in carrying out a particular Work Requirement, and the
detriment to the Government if the Work Requirement is not satisfied.
c. Standard of Performance. The Standard of Performance for each Work Requirement is summarized
in column (5) of the PRS by referring to applicable schedules in Section J specifying timeframes for completion and
the paragraph in Section C of the Performance Work Statement.
d. Maximum Allowable Defect Rate (MADR). The Contractor is responsible for maintaining an
effective Quality Control (QC) Program during the course of the contract. The MADR is the measure used to
evaluate the Contractor's quality control on a monthly basis. The MADR is the defect rate which if exceeded
indicates that the Contractor's quality control is unsatisfactory. The MADR for each Work Requirement is
specified in column 6 of the PRS. MADR does not control the level of performance at which deductions are taken
for nonperformance or unsatisfactory work. Deductions are taken for all defects (with allowance for rework as
appropriate) even if the MADR is not exceeded.
PERFORMANCE REQUIREMENTS SUMMARY
PERFORMANCE REQUIREMENTS
CONTRACT REQUIREMENTS
(1)
ITEM
NO
(2)
CONTRACT
REQUIREMENT
Lawn Area Maint.,
Grass Cutting
002
Lawn Area Maint.,
Edging
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
0 Prcl
b. Debris removed
15
Collected prior to cutting, removed from site
same day
(Paragraph C.9.a.(l))
0 Prcl
c. Grass Cutting
50
Uniform height of 2”,
clippings removed from site
same day, no clippings left
on walks, streets, etc.
(Paragraph C.9.a(2)&(4))
0 Prcl
d. Trimming
20
Matches height and appearance of surrounding mowed
area, no herbicide used
(Paragraph C.9.a(3))
0 Prcl
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor's approved schedule
(Paragraph C.9)
3%
b. Quality edging
70
Clear zone provided l/2’
wide by 1” deep, vegetation
removed from joints/cracks
(Paragraph C.9.b)
3%
c. Vegetation/debris removed
15
Debris from edging removed
from site same day
(Paragraph C.9.b)
3%
PERFORMANCE REQUIREMENTS
CONTRACT REQUIREMENTS
(1)
NO
003
(3)
WORK
REQUIREMENT
(2)
CONTRACT
REQUIREMENT
Improved Area
Maint., Grass
cutting
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
2 Prcl
b. Debris removed
15
Collected prior to cutting,
removed from site same day
(Paragraph C.9.c)
2 Prcl
c. Grass cutting
50
Uniform height of 2”, clip
pings evenly distributed,
no windrows, no clippings
left on walks, streets, etc.
(Paragraph C.9.c)
2 Prcl
d. Trimming
20
Matches height and appearance of surrounding mowed
2 Prcl
Paragraph C.9.c)
004
Field Area Maint.,
Grasscutting
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
5 Prcl
b. Debris removed
15
Collected prior to cutting,
removed from site same day
(Paragraph C.9.d)
5 Prcl
c. Grass/vegetation cutting
50
Uniform height of 4", clip
pings evenly distributed,
no windrows, no clippings
left on walks, streets, etc.
(Paragraph C.9.d)
5 Prcl
d. Trimming
20
Matches height and appearance of surrounding area
(Paragraph C.9.d)
5 Prcl
CONTRACT REQUIREMENTS
(1)
ITEM
NO
005
006
(2)
CONTRACT
REQUIREMENT
Slope Area Maint.,
Grass cutting
Shrub and Bush
Pruning
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
2 Prcl
b. Debris removed
15
Collected prior to cutting, removed from site
same day
(Paragraph C.9.e)
2 Prcl
c. Grass/vegetation cutting
50
Uniform height of 6”, clip
pings evenly distributed,
no windrows, no clippings
left on walks, streets, etc.
(Paragraph C.9.e)
2 Prcl
d. Trimming
20
Matches height and appearance of surrounding area
(Paragraph C.9.e)
2 Prcl
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
1%
b. Properly pruned
70
Plant balanced and formed;
extraneous dead/diseased &
new growth removed, area
reduced; doors, windows,
walks clear
(Paragraph C.9.f)
1%
c. Debris/vegetation removed
I5
Debris and pruned vegetation removed from site
same day
(Paragraph C.9.f)
1%
CONTRACT REQUIREMENTS
(1)
ITEM
NO
007
008
(2)
CONTRACT
REQUIREMENT
Tree Pruning
Hedge Trimming
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
2%
b. Properly pruned
70
Tree balanced and formed,
dead/diseased/dangerous &
obstructed wood removed;
sprouts removed,
no remaining branch
branch stubs
(Paragraph C.9.g)
2%
c. Debris/vegetation removed
15
Debris and pruned vegetation removed from site
same day
(Paragraph C.9.g)
2%
a. Completed during specified
periods and as scheduled
15
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9)
3%
b. Properly trimmed
70
Plant balanced and formed,
extraneous dead/diseased &
new growth removed, area
reduced, doors, windows,
walks clear
(Paragraph C.9.h)
3%
c. Debris/vegetation removed
15
Debris and trimmed vegetation removed from site
same day
(Paragraph C.9.h)
3%
CONTRACT REQUIREMENTS
(1)
lTEM
NO
009
010
(2)
CONTRACT
REQUIREMENT
Fertilization
Playground Sand
Play Area Maint.
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
20
Attachment J-C2. Contractot’s approved schedule
(Paragraph C.9)
0%
b. Proper application
70
Proper application rate,
uniform application
(Paragraph C.9.i)
0%
c. Proper material
10
Correct fertilizer used,
proof of manufacturer’s
guaranteed analysis
(Paragraph C.9.i)
0%
a. Completed during specified
periods and as scheduled
10
Attachment J-C2, Contractot’s approved schedule
(Paragraph C.9)
1 Area
b. Vegetation/debris removed
50
Vegetation mechanically
removed, debris removed
from site same day
(Paragraph C.9.j)
1 Area
c. Properly raked
10
Surface raked smooth to
match surrounding areas
(Paragraph C.9.j)
1 Area
d. Sand level maintained
30
Proper grade material
added to maintain uniform
depth of 3”
(Paragraph C.9.j)
1 Area
CONTRACT REQUIREMENTS
(1)
ITEM
NO
011
012
(2)
CONTRACT
REQUIREMENT
Fence Line Maint.,
Mech. Cleaning
Fence Line Maint.,
Herbicide Treatmt.
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
20
Attachment J-C2, Contractor's approved schedule
(Paragraph C.9.k)
5%
b. Properly cleaned
60
Vegetation cut from ground
area extending 1’ from each
side of fence, removed from
fence fabric; no herbicide
(Paragraph C.9.k)
5%
c. Vegetation removed
20
Vegetation from cleaning
removed from site within
3 days
(Paragraph C.9.k)
5%
a. Completed during specified
periods and as scheduled
20
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9.1)
3%
b. Proper application
30
Area extending 6” each side
of fence center line
(Paragraph C.9.1)
3%
c. Vegetation removed
30
Vines, brush and similar
growth cut at base of fence
concurrent with herbicide
application, removed from
fence fabric, disposed offsite within 3 days
(Paragraph C.9.1)
3%
d. Proper material
20
Correct herbicide used
(Paragraph C.7.c)
0%
CONTRACT REQUIREMENTS
(1)
NO
013
PERFORMANCE REQUIREMENTS
(2)
CONTRACT
REQUIREMENT
Herbicide Treatmt..
Buildings and
Structures
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed during specified
periods and as scheduled
20
Attachment J-C2, Contractor’s approved schedule
(Paragraph C.9.m)
1%
b. Proper application
30
Area extending 4" from base
of exterior wall or structure
(Paragraph C.9.m)
1%
c. Vegetation removed
30
Vines, brush and similar
growth cut at base of building or structure concurrent
with herbicide application,
removed from site same day
(Paragraph C.9.m)
1%
d. Proper material
20
Correct herbicide used
(Paragraph C.7.c)
0%
a. Completed within allowed
time as ordered
30
Attachment J-C7
(Paragraph C. 10)
5%
b. Tree trimming
55
Branches/vegetation cut
below a height of 8’ above
ground level, sucker growth
removed from base of tree
(Paragraph C.10.a)
3%
c. Vegetation removed
15
Diseased vegetation removed
from site same day, other
trimmed vegetation disposed
on-site per Contracting Ofcr.
(Paragraph C.1O.a)
3%
EFINITE QUANTITY REQUIREMENTS
Tree Line
Trimming
PERFORMANCE REQUIREMENTS
CONTRACT REQUIREMENTS
(1)
ITEM
NO
015
016
(2)
CONTRACT
REQUIREMENT
Tree Removal
Emergent Tree/
Limb Removal
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed within allowed
time as ordered
40
Attachment J-C7
(Paragraph C. 10)
5%
b. Tree removal
40
Trees, stumps and above
ground roots removed 6”
below ground level, unnecessary ground disruption/stump holes filled,
raked, fertilized, seeded
(Paragraph C.1O.b)
5%
c. Tree disposal
20
All debris removed from
site same day
(Paragraph C.1O.b)
5%
a. Completed within allowed
time as ordered
40
Attachment J-C7
(Paragraph C.10.c)
0%
b. Tree/limb removal
40
Unstable/damaged/dangerous
trees or limbs removed to
restore safe condition,
ground surface damage
repaired
(Paragraph C.10.c)
0%
c. Tree/limb disposal
20
All debris removed from
site same day
(Paragraph C.10.c)
0%
CONTRACT REQUIREMENTS
(1)
ITEM
NO
(2)
CONTRACT
REQUIREMENT
017
Stumps and Above
Ground Root
Removal
018
Grassing
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed within allowed
time as ordered
20
Attachment J-C7
(Paragraph C.10)
10%
b. Stump/root removal
60
Stumps/roots removed 6”
below grade, unnecessary
ground disruption, stump
hole filled, fertilized,
raked, and seeded
(Paragraph C.10.d)
10%
c. Stump/root disposal
20
Removed from site same day
(Paragraph C.1O.d)
10%
a. Completed within allowed
time as ordered
20
Attachment J-C7
(Paragraph C.10)
5%
b. Quality grassing
40
Filled with 2” topsoil or
scarified 1”, graded,
raked, fertilized, seeded,
mulched, and watered
(Paragraph C.10.e)
5%
c. Quality materials
40
Correct seed. fertilizer,
and topsoil used, proof of
manufacturer’s guaranteed
analysis (seed, fertilizer)
(Paragraph C.7)
0%
CONTRACT REQUIREMENTS
(1)
ITEM
NO
019
020
(2)
CONTRACT
REQUIREMENT
Liming
Soil Test
Sampling
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed within allowed
time as ordered
20
Attachment J-C7
(Paragraph C.10
10%
b. Proper application
40
Proper application rate
indicated by soil analysis
results, uniform application
(Paragraph C.10.f)
5%
c. Quality materials
40
Correct type of lime used,
proof of manufacturer's
guaranteed analysis
(Paragraph C.7.f)
0%
a. Completed within allowed
time as ordered
20
Attachment J-C7
(Paragraph C.10)
b. Proper sampling
40
Correct sampling and packaging procedure per VA
Cooperative Extension
Service
(Paragraph C.1O.g)
0%
c. Report submitted
40
Soil test report provided
to Contracting Officer
upon receipt
(Paragraph C.1O.g)
0%
10%
CONTRACT REQUIREMENTS
(1)
ITEM
NO
021
022
(2)
CONTRACT
REQUIREMENT
Shrub
Establishment
Tree
Establishment
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed within allowed
time as ordered
20
Attachment J-C7
(Paragraph C. 10)
5%
b. Proper planting
40
Per accepted nursery standards, incl. fertilization,
mulching, and watering
(Paragraph C.1O.h)
0%
c. Quality plants
40
Nursery grown, identification certification, healthy,
living specimens, No.! grade,
3 gallon size
(Paragraph C.7.g)
0%
a. Completed within allowed
time as ordered
20
Attachment J-C7
(Paragraph C.10)
5%
b. Proper planting
40
Per accepted nursery standards, incl. fertilization,
mulching, watering, guying
and staking in 3 directions
(Paragraph C.1O.i)
0%
c. Quality plants
40
Nursery grown, identification certification, healthy,
living specimens, No. 1 grade,
3” DBH
(Paragraph C.7.g)
0%
CONTRACT REQUIREMENTS
(1)
ITEM
NO
023
(2)
CONTRACT
REQUIREMENT
Plant Bed
Cultivation and
Mulching
Note: Prcl - Parcel
PERFORMANCE REQUIREMENTS
(3)
WORK
REQUIREMENT
(4)
WGT
(%)
(5)
STANDARD OF
PERFORMANCE
(6)
MADR
a. Completed within allowed
time as ordered
10
Attachment J-C7
(Paragraph C.10)
3%
b. Proper cultivation
50
Distance from plant base
not less than 18”, depth
2”, grass/debris removed
(Paragraph C.1O.j)
3%
c. Proper mulching
40
Correct type of mulch to
minimum depth of 3”
(Paragraph C.7.e)
3%
ATTACHMENT J-C2
SCHEDULED GROUNDS MAINTENANCE SERVICES
(Facilities to be Maintained)
PRS
Item
001
Contract Requirement
Lawn Area Maintenance,
Grass Cutting
Frequency
1 April thru 31 October
Weekly, 6 to 8 calendar day
intervals (30 total cuttings)
002
Lawn Area Maintenance,
Edging
1 April thru 31 October
Monthly, 28 to 32 calendar day
intervals (7 total occurrences)
003
Improved Area Maintenance,
Grass Cutting
1 April thru 31 October
Biweekly, 13 to 15 calendar day
intervals (15 total cuttings)
004
Field Area Maintenance,
Grass Cutting
1 April thru 31 October
Triweekly, 19 to 23 calendar day
intervals (10 total cuttings)
005
Slope Area Maintenance,
Grass Cutting
1 April thru 31 October
Monthly, 28 to 32 calendar day
intervals (7 total cuttings)
006
Shrub and Bush Pruning
June (and September)
See Attachment J-C2.1
007
Tree Pruning
June (and September)
See Attachment J-C2.1
008
Hedge Trimming
June (and September)
See Attachment J-C2.1
009
Fertilization
15 September thru 30 October
One occurrence
010
Playground Sand Play Area
Maintenance
1 April thru 30 October
Monthly, 28 to 32 calendar day
intervals (7 total occurrences)
011
Fence Line Maintenance,
Mechanical Cleaning
May and August
Two occurrences
012
Fence Line Maintenance,
Herbicide Treatment
May and August
Two applications
013
Herbicide Treatment,
Buildings and Structures
May and August
Two applications
ATTACHMENT J-C2.1
SCHEDULED PRUNING/TRIMMING OF SHRUBS, BUSHES, HEDGES AND TREES
(Facilities to be Maintained)
Shrubs/Bushes Hedges
Trees
Area/Bldg./Location
(EA)
(LF)
(EA)
Bldg. 16, Missile Park.....................................................4..........................................4
Bldg. 18.........................................................................19..........................................4
Bldg. 31.........................................................................32*..................125*.............19
Bldg. 31B.........................................................................1......................................... 4
Bldg. 58.........................................................................14...................125..................3
Bldg. 107.........................................................................6
Bldg. 306........................................................................11........................................14
Bldg. 354..........................................................................8..........................................4
Bldg. 380A.......................................................................3..........................................7
Bldg. 380B.....................................................................10..........................................4
Bldg. 446.........................................................................5.......................................... 4
Bldg. 466.......................................................................10.....................24..................4
Bldg. 663........................................................................ 3...........................................2
Bldg. 702.......................................................................66...........................................8
Bldg. 703.........................................................................8...........................................6
Bldg. 704.......................................................................12...........................................8
Bldg. 705.......................................................................13.........................................10
Bldg. 706.........................................................................6...........................................7
Bldg. 707.......................................................................15...........................................7
Bldg. 1344.......................................................................4...........................................1
Bldg. 1794.....................................................................45...........................................8
Bldg. 1806.....................................................................26...........................................7
Bldg. 1808.....................................................................56
Bldg. 1822.......................................................................1
Bldg. 1868.....................................................................37.....................61................40
Bldg. 1959....................................................................15............................................5
Gate No. 1....................................................................................................................9
Gate No. 2..............................................................................................20..................5
Main Road from Bldg. 663 to Bldg. 380B...................................................................40
(both sides of roadway)
Area adjacent to Bldg. 7...............................................58............................................1
Grounds Maintenance Area No. 91.........................2,930*.......................................483
(232 housing units)
Kirkpatrick Park...........................................................2...........................................25
Quarters "A"...............................................................20*.................1,000*.............15
TOTALS (one occurrence/year)
3,460
1,335
Notes:
(1) All locations listed above to receive services once each year (Jun).
(2) Locations indicated (*) to receive services twice each year (Jun/Sep).
758
ATTACHMENT J-C2.2
FENCE LINE AREAS TO BE MECHANICALLY CLEANED
The Contractor shall mechanically remove vegetation from fence lines at the following locations (including
waterways):
AREA
LOCATION
MAP NUMBER
LF
1
Adjacent to Colonial Parkway and Gate #6
2
400
1
Adjacent to Colonial Parkway and Gate #8
2
600
1
Adjacent to Colonial Parkway
3
1,600
10
Adjacent to Colonial Parkway and Officers'
Quarters
4
1,400
11
Adjacent to Colonial Parkway
4
800
25
Corral Fencing
7
2,000
10
Adjacent to Officers' Quarters
7
600
24/25
Corral Fencing
10
3,200
54
Adjacent to Bldg. 1463 and Colonial Parkway
11
800
TOTAL LENGTH OF FENCING TO BE MECHANICALLY CLEANED
11,400
NOTE: Linear feet of fencing was determined by planimeter readings and
computation. Degree of accuracy is estimated at within 2.5%.
ATTACHMENT J-C2.3
LISTING OF BUILDINGS AND STRUCTURES TO RECEIVE HERBICIDE TREATMENT
BUILDING
221
222
223
224
225
226
227
774
775
776
777
778
779
780
781
782
783
784
785
786
787
1865
1962
LF
STRUCTURE
190
190
190
190
190
190
190
285
285
285
285
285
285
285
3,081
3,081
3,081
80
41
184
96
110
68
Fire Hydrants
Poles
Signs/Misc.
LF
8
180
695
ATTACHMENT J-C__
DIRECTIVES
The directives and manuals listed in this attachment provide information concerning various authorizations,
limitations, and approvals. The provisions of the directives listed herein shall be strictly adhered to. Copies may be
obtained from: Superintendent of Documents, U. S. Government Printing Office, Washington, DC 20402.
GROUNDS MAINTENANCE:
NAVFAC M0-100, Natural Resources Land Management
SECURITY:
DOD 5220.22M, Industrial Security Manual for Safeguarding Classified
Information
DOD 5220.22R, Industrial Security Regulations
ATTACHMENT J-C__
STATION REGULATIONS
The Contractor shall comply with all applicable Station regulations and shall take measures as required to
familiarize his personnel with the provisions of pertinent regulations. A complete list of effective
Instructions is available. The Contractor is specifically notified of the following
instructions:
a. 3141.1G
Establishment of Snow Conditions and Coordinating Related Policy dated __________
b. 3301.1B
Emergency Action Plan dated __________
c. 3440.16
Disaster Preparedness Plan dated __________
d. 4101.1A
Energy Management Program dated __________
e. 4235.3B
Coffee Messes dated __________
f. 4700.1H
Procedures for Requesting Public Works Services dated __________
g. 5070.1F
General and Technical Libraries dated __________
h. 5100.4D
Safety and Occupational Health Manual dated __________
i. 5355.1A
Drug and Alcohol Abuse Prevention and Control dated __________
j. 5370.1F
Standards of Conduct dated __________
k. 5510.5G
Physical and Loss Prevention Manual dated __________
l. 5510.16C
Searches, Seizures, and Disposition of Property Seized and
Withheld as Evidence dated __________
m. 11320.3D
Fire Protection and Fire Prevention Manual dated __________
n. 12610.2A
Hours of Work and Overtime dated __________
o. 12713.3B
Equal Employment Opportunity (EEO) Program, Policy, Organization
and Responsibilities for dated __________
ATTACHMENT J-C__
FIRE PROTECTION
1. The Contractor shall comply with the requirements contained in the following documents:
a. NAVWPNSTA Yorktown Fire Prevention Instruction 11320.3D
b. OSHA Health and Safety Standards
c. Department of the Army - Corps of Engineers EM 385 1-1, General
Safety Requirements
2. Copies of Instruction 11320.3D shall be obtained from the Naval Weapons Station Fire Prevention Office. The
Contractor and his personnel shall familiarize themselves with the provisions of this instruction document on behalf
of ascertaining compliance. Attention is specifically called to provisions relative to sprinkler systems, storage of
combustibles, smoking regulations, battery charging areas, and welding and cutting.
3. The Contractor shall furnish his own portable fire extinguishers as required to comply with the Fire Department
instructions. Extinguishers in buildings shall not be removed from their location or used for any purpose other than
fire.
4. Fire hydrants shall not be used without special permission from the Public Works Department and the Fire
Department. No valves on the central water system shall be activated without the permission of the Public Works
Department.
5. The following telephone numbers apply:
a. EMERGENCY - 4333
b. Fire Alarm Headquarters - 7343
c. Fire Prevention Office - 7344
d. Public Works Office - 4900
ATTACHMENT J-C__
ENVIRONMENTAL PROTECTION
The Contractor shall comply with the requirements contained in the following documents:
OPNAVINST 5090.1B
Environmental and Natural Resources Protection Manual dated ___________
ATTACHMENT J-C___
SAFETY REQUIREMENTS
The Contractor shall comply with requirements contained in the following:
1. DA EM 385 1-1, General Safety Requirements dated ____________
2. Occupational Safety and Health Administration (OSHA) Standards dated ____________
3. 29 CFR 1910, General Industry Standards dated ____________
4. 29 CFR 1925, Safety and Health Standards for Service Contracts dated ____________
5. National Fire Protection Association (NFPA) Regulations dated ____________
6. U. S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385 1-1, dated 1 October
1987
7. NFPA 70, National Electrical Code (NEC) dated ____________
8. NWS 5100.4D, Safety and Occupational Health Manual dated ____________
9. All personnel working in or around mowing equipment must wear ANSI Z41-83 approved safety toe
footwear.
10. Personnel working around equipment during operations shall wear safety glasses.
ATTACHMENT J-C_
COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR
QUALITY CONTROL REPORT
J-13
ATTACHMENT J-C_
COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR
QUALITY CONTROL REPORT (Cont’d)
ATTACHMENT J-C_
COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR
QUALITY CONTROL REPORT (Cont’d)
ATTACHMENT J-C_
COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR
QUALITY CONTROL REPORT (Cont’d)
J-16
ATTACHMENT J-E1
ENGINEERED PERFORMANCE STANDARDS
HANDBOOK PUBLICATIONS
Handbook
Engineer's Manual
P-E's Instructor's Manual 1987
P-E's Class Exercises Workbook
P-E's Deskguide
Carpentry
Electric, Electronic
1982
Heating, Cooling, Ventilating
Service (Formerly E/S)
1984
Janitorial & Custod'l Services
Machine Shop, Machine Repairs
Masonry
Moving, Rigging
Paint
Pipefitting, Plumbing
1983
Roads, Grounds, Pest Control &
Refuse Collection
Sheet Metal, Structural Iron &
Welding
Trackage
Wharfbuilding
1979
Unit Price Standards (UPS)
Preventive/Recurring Maint.
Pub Date Navy Pub#
1963
P-700
P-700.1 TB-420-31
1987
P-700.2
1987
P-701.0
1982
P-702.0
P-703.0 TB-420-6
1982
P-704.0
P-705.0 TB-420-30
1981
P-706.0
1983
P-707.0
1980
P-708.0
1981
P-709.0
1984
P-710.0
P-711.0 TB-420-20
Army Pub#
TB-420-1
AFM-85-57
TB-420-32
TB-420-2
TB-420-4
AFM-85-43
TB-420-8
AFM-85-55
TB-420-10
TB-420-12
TB-420-14
TB-420-16
TB-420-18
AFM-85-50
AF Pub#
AFM-85-40
AFM-85-58
AFM-85-41
AFM-85-42
AFM-85-44
AFM-85-45
AFM-85-46
AFM-85-47
AFM-85-48
AFM-85-49
1984
P-712.0
TB-420-22
AFM-85-51
1984
1979
P-715.0
1983
1987
P-713.0
P-714.0
TB-420-28
P-716.0
P-717.0
TB-420-24
TB-420-26
AFM-85-54
TB-420-33
TB-420-34
AFM-85-52
AFM-85-53
Publications are available from:
Air Force
Air Force Publication Distribution Center
2800 Eastern Boulevard
Baltimore, MD 21220
(Via Activity's Publication Distribution Office)
Army
U.S. Army AG Publication Center
1655 Woodson Road
St. Louis, MO 63114
Navy
Naval Publications and Forms Center
5801 Tabor Avenue
Philadelphia, PA 19120
DSN: 442-3321
(For current stock number call: DSN: 442-2626)
General
Superintendent of Documents
U.S. Government Printing Office
Washington, DC 20402
(202) 783-3238
AFM-85-56
AFM-85-59
ATTACHMENT J-E
STATISTICALLY EXTRAPOLATED SURVEILLANCE METHODS
*************************************************************************************************
NOTE TO SPECIFICATION WRITER: This attachment shall be included in all specifications. The user must
add to this attachment the "Table of Sample Sizes" for both Normal and Minimum Sampling Levels, and the "Table
of Adjustment Factors for Random Sampling" from the NAVFAC MO-327.
*************************************************************************************************
1.
The Government reserves the right to start surveillance using RSED at any time during the contract, to
discontinue the use of RSED, and to resume the use of RSED without notice to the Contractor. The Government
will use the attached tables entitled "Table of Sample Sizes for Normal Sampling Levels" and "Table of Sample
Sizes for Minimum Sampling Levels" to determine sample sizes for RSED. The "Table of Sample Sizes for
Minimum Sampling Levels" represents the minimum sample sizes the Government will use for extrapolation. The
Contracting Officer may increase the size of the samples to that of the "Table of Sample Sizes for Normal
Sampling Levels" or greater at his or her discretion.
2. The Maximum Allowable Defect Rate (MADR) is the defect rate specified for each work requirement in column
6 of the Performance Requirements Summary (PRS). A defect rate which exceeds the MADR is an indicator that
the Contractor's quality control program may be unsatisfactory. The MADR does not represent a threshold above
which payment deductions are taken. Deductions are taken for all defects (with credit for rework to the extent
appropriate) irrespective of whether the MADR was exceeded or not. When a defect rate exceeds the MADR, the
Contractor will be notified and appropriate administrative actions will be taken in addition to the payment
deductions discussed above. The MADR for each work requirement is shown in the PRS Table in Attachment J-E
.
3. The following example shows how to calculate the Contractor's payment when RSED is applied for
sureveillance. It is based on a contract requirement for services containing the following work requirements:
Timely Completion (weight 15%), Quality of Work (weight 75%), and Complete Documentation(weight 10%) with
a total price per service of $70.00 with 1,000 services required during the billing period. Actual work
requirements and weights are included in the PRS Table, Attachment J-E .
EXAMPLE PAYMENT CALCULATION WHEN RSED IS USED
WORK REQUIREMENTS
SERVICES
TIMELY
QUALITY COMPLETE
DOCUMENTATION
COMPLETION WORK
15%
10%
75%
a.
b.
c.
d.
$10,500.00
$ 1,000.00
$
10.50
178
Price for work requirement
Number svs during billing pd
Price per service (a/b)
Number of services sampled
(as desired by Gov't)
e. Observed unsats in sample
f. Observed Defect Rate (e/d)
g. Adjustment Factor *
h. Defect Rate (f-g)
i. Number of extrapolated svs
(b x h as whole number)
j. Observed unsats outside sample
k. Svs satisfactorily reworked by
Contractor (at the Govt's option)
l. Svs reworked by Gov't or others
m. Total number of svs to be deducted at
Schedule of Deductions Price
(i - k - l)
n. Extrapolated Deductions (c x m)
o. Deductions for cost of Gov't rework
p. Liquidated Damages for Contractor
rework **
( % x c x (e + j - l))***
q. Liquidated Damages for Govt rework **
( % x o)***
r. Total payment deductions
(n + o + p + q)
$52,500.00
$ 1,000.00
$
52.50
178
$7,000.00
$1,000.00
$ 7.00
178
12
6.74%
1.17%
5.57%
10
.62%
1.09%
4.53%
3
1.68%
.64%
1.04%
55
7
45
6
10
12
N/A
N/A
12
0
0
0
55
$ 577.50
$
0
33
$ 1,732.50
$
0
$
19.95
$
84.00
$
0
$
0
$ 597.45
$ 1,816.50
* From the attached "Adjustment Factors for Random Sampling" table.
** Calculated in accordance with the "CONSEQUENCES OF CONTRACTOR'S
FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E.
*** The administrative penalties percentages are to be determined on a
case-by-case basis.
10
$ 70.00
$
0
$ 10.50
$
0
$ 80.50
ATTACHMENT J-EPERFORMANCE EVALUATION - FACILITY SUPPORT CONTRACTS
J-18
ATTACHMENT J-E_
PERFORMANCE EVALUATION - FACILITY SUPPORT CONTRACTS
(Cont’d)
J-19
ATTACHMENT J-F1
LOCATION OF WORK
ATTACHMENT J-G1
ORDERING OFFICERS
The Ordering Officers with authority to approve issuance of Delivery Orders are as follows:
ATTACHMENT J-G1.l
SAMPLE DELIVERY ORDER, DD FORM 1155
J-22
ATTACHMENT J-G1.2
SAMPLE MODIFICATION OF CONTRACT FORM, SF 30
J-23
ATTACHMENT J-G2
INVOICING INSTRUCTIONS
1. The Contractor shall submit invoices (bills) for supplies, work or services to:
The Contracting Officer
2. INVOICES:
a.
An invoice is a written request for payment under the contract for supplies delivered or for
services rendered. In order to be proper, an invoice must be marked "INVOICE" and include, as
applicable, the following:
(1) Invoice date;
(2) Name of Contractor;
(3)
Contract number (including order number, if any), contract line item number, contract
description of supplies or services, quantity, contract unit of measure and unit price, and
extended total;
(4)
Name and address to which payment is to be sent (which must be the same as that in the
contract or on a proper notice of assignment);
(5)
Any other information or documentation required by other provisions of the contract,
including but not limited to:
(a)
Yearly Work Schedule
(b)
Accurate Monthly Work Plan (MWP) for the following, month of performance
(c)
Annual Herbicide Management Plan
(d)
Tree pruning experience
(e)
Herbicide Applicator Certificate(s)
(f)
Accurate NAVFAC 6250/3, Herbicide Management Report
(g)
Soil Test Report(s)
One original and two copies of the invoice shall be prepared and submitted monthly.
ATTACHMENT J-G2 (Cont'd.)
3. An original signature of a representative of the Contractor is required on the invoice.
4. All offers of discounts appearing on the Contractor's invoice, no matter how affixed, and regardless of the type
of purchase, shall be considered in this appendix.
5. Supporting documents:
6.
a.
The Contractor shall attach proof of receipt and acceptance of supplies, work, or services to the invoice
for payment. Unsupported invoices will be returned to the Contractor.
b.
Copies of Contractor's inspection reports, warranties, etc., applicable to invoiced items, shall be
submitted with the invoice.
Form 4-4235/4 (Affidavit) - One (1) original.
7. Contractor's Release, NAVFAC Form 4330/7, shall be executed in triplicate (all "wet" signatures) and
submitted with the request for final payment.
8. If an invoice does not contain all criteria required by these instructions, the invoice will be returned to the
Contractor for proper execution and resubmission.
PART
S E C T I O N
IV
K - SEALED BIDDING
REPRESENTATIONS AND CERTIFICATIONS
PART IV - GENERAL INSTRUCTION
SECTION K
REPRESENTATIONS, CERTIFICATIONS AND OTHER
STATEMENTS OF BIDDERS
************************************************************************
SEALED BIDDING
NOTE: The provisions listed below are for sealed bidding. The content
of the provisions listed are not shown. However, the provisions listed
shall be contained in the solicitation in full text.
************************************************************************
TABLE OF CONTENTS
PARA PROVISION
NO.
NO.
K.1 52.203-2
TITLE
PAGE
CERTIFICATE OF INDEPENDENT PRICE
DETERMINATION (APR 1985) ............... K-
K.2
52.203-4
CONTINGENT FEE REPRESENTATION AND AGREEMENT
(APR 1984).............................. K-
K.3
52.203-8
REQUIREMENT FOR CERTIFICATE OF PROCUREMENT
INTEGRITY (SEP 1995) ................... K-
K.4
52.203-11
CERTIFICATION AND DISCLOSURE REGARDING
PAYMENTS TO INFLUENCE CERTAIN FEDERAL
TRANSACTIONS (APR 1991) ................ K-
K.5
52.204-3
TAXPAYER IDENTIFICATION NUMBER (MAR 1994) K-
K.6
52.209-5
CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, PROPOSED DEBARMENT, AND OTHER
RESPONSIBILITY MATTERS (MAY 1989) ...... K-
K.7
FAC
5252.209-9300
ORGANIZATIONAL CONFLICTS OF INTEREST
(JUN 1994).............................. K-
K.8
DFARS
252.209-7001
DISCLOSURE OF OWNERSHIP OR CONTROL BY THE
GOVERNMENT OF A TERRORIST COUNTRY
(SEP 1994).............................. K-
K.9
52.214-2
TYPE OF BUSINESS ORGANIZATION - SEALED
BIDDING (JUL 1987) ..................... K-
PARA PROVISION
NO.
NO.
K.10 52.214-16
TITLE
PAGE
MINIMUM BID ACCEPTANCE PERIOD (APR 1984) K-
K.11 52.219-1
SMALL BUSINESS CONCERN REPRESENTATION
(OCT 1995) ............................. K-
K.12 52.219-2
EQUAL LOW BIDS (OCT 1995)............... K-
K.13 52.219-3
RESERVED
K.14 52.219-19
SMALL BUSINESS CONCERN REPRESENTATION FOR
THE SMALL BUSINESS COMPETITIVENESS
DEMONSTRATION PROGRAM (JUL 1991)........ K-
K.15 52.219-21
SMALL BUSINESS SIZE REPRESENTATION FOR
TARGETED INDUSTRY CATEGORIES UNDER THE SMALL
BUSINESS COMPETITIVE PROGRAM (JAN 1991) . K-
K.16 DFARS
252.219-7000
SMALL DISADVANTAGED BUSINESS CONCERN
REPRESENTATION (APR 1994) .............. K-
K.17 DFARS
252.219-7001
NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE
WITH PREFERENTIAL CONSIDERATION FOR SMALL
DISADVANTAGED BUSINESS CONCERNS (MAY 1995)K-
K.18 DFARS
252.219-7006
NOTICE OF EQUAL PREFERENCE FOR SMALL
DISADVANTAGED BUSINESS CONCERNS
(MAY 1995).............................. K-
K.19 52.222-21
CERTIFICATION OF NONSEGREGATED FACILITIES
(APR 1984) ............................. K-
K.20 52.222-22
PREVIOUS CONTRACTS AND COMPLIANCE REPORTS
(APR 1984) ............................. K-
K.21 52.222-25
AFFIRMATIVE ACTION COMPLIANCE (APR 1984) K-
K.22 52.223-1
CLEAN AIR AND WATER CERTIFICATION
(APR 1984) ............................. K-
K.23 52.223-5
CERTIFICATION REGARDING A DRUG-FREE
WORKPLACE (JUL 1995) ................... K-
K.24 52.223-13
CERTIFICATION OF TOXIC CHEMICAL RELEASE
REPORTING (OCT 1995).................... K-
K.25 DFARS
252.225-7000
BUY AMERICAN ACT - BALANCE OF PAYMENTS
PROGRAM CERTIFICATE (JAN 1994) ......... K-
PARA PROVISION
NO.
NO.
K.26 DFARS
52.226-7001
K.27 DFARS
252.247-7022
TITLE
PAGE
NOTICE OF HISTORICALLY BLACK COLLEGE OR
UNIVERSITY AND MINORITY INSTITUTIONS
SET-ASIDE(APR 1984)..................... KREPRESENTATION OF EXTENT OF TRANSPORTATION
BY SEA (AUG 1992)....................... K-
PART
S E C T I O N
IV
K - NEGOTIATED
REPRESENTATIONS AND CERTIFICATIONS
PART IV - GENERAL INSTRUCTION
SECTION K
REPRESENTATIONS, CERTIFICATIONS AND OTHER
STATEMENTS OF BIDDERS
**********************************************************************
NEGOTIATED
NOTE: The provisions listed below are for negotiated procurements.
The content of the provisions listed are not shown. However, the
provisions listed shall be contained in the solicitation in full text.
**********************************************************************
TABLE OF CONTENTS
PARA PROVISION
NO.
NO.
K.1 52.203-2
K.2
K.3
K.4
52.203-4
52.203-8
52.203-11
TITLE
CERTIFICATE OF INDEPENDENT PRICE
DETERMINATION (APR 1985) ..............
PAGE
K-
CONTINGENT FEE REPRESENTATION AND AGREEMENT
(APR 1984).............................
K-
REQUIREMENT FOR CERTIFICATE OF PROCUREMENT
INTEGRITY (SEP 1995) ..................
K-
CERTIFICATION AND DISCLOSURE REGARDING
PAYMENTS TO INFLUENCE CERTAIN FEDERAL
TRANSACTIONS (APR 1991) ...............
K-
K.5
52.204-3
TAXPAYER IDENTIFICATION NUMBER (MAR 1994)
K-
K.6
52.209-5
CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, PROPOSED DEBARMENT, AND OTHER
RESPONSIBILITY MATTERS (MAY 1989) .....
K-
FAC
5252.209-9300
ORGANIZATIONAL CONFLICTS OF INTEREST
(JUN 1994)..............................
K-
DFARS
252.209-7001
DISCLOSURE OF OWNERSHIP OR CONTROL BY THE
GOVERNMENT OF A TERRORIST COUNTRY
(SEP 1994).............................
K-
K.7
K.8
PARA PROVISION
NO.
NO.
K.9 52.215-6
TITLE
TYPE OF BUSINESS ORGANIZATION (JUL 1987) ..
PAGE
K-
K.10 52.215-11
AUTHORIZED NEGOTIATORS (APR 1984) .....
K-
K.11 52.215-19
PERIOD OF ACCEPTANCE OF OFFER (APR 1984)..
K-
K.12 52.219-1
SMALL BUSINESS CONCERN REPRESENTATION
(FEB 1995) ............................
K-
SMALL BUSINESS CONCERN REPRESENTATION FOR
THE SMALL BUSINESS COMPETITIVENESS
DEMONSTRATION PROGRAM (JUL 1991) ......
K-
K.13 52.219-19
K.14 52.219-21
SMALL BUSINESS SIZE REPRESENTATION FOR
TARGETED INDUSTRY CATEGORIES UNDER THE SMALL
BUSINESS COMPETITIVE PROGRAM (JAN 1991) ... K-
K.15 DFARS
252.219-7000
SMALL DISADVANTAGED BUSINESS CONCERN
REPRESENTATION (APR 1994) .............
K-
K.16 DFARS
252.219-7001
NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE
WITH PREFERENTIAL CONSIDERATION FOR SMALL
DISADVANTAGED BUSINESS CONCERNS (MAY 1995).
K-
K.17 DFARS
252.219-7006
NOTICE OF EVALUATION PREFERENCE FOR SMALL
DISADVANTAGED BUSINESS CONCERNS (MAY 1995).
K-
K.18 52.222-21
CERTIFICATION OF NONSEGREGATED FACILITIES
(APR 1984) ............................
K-
PREVIOUS CONTRACTS AND COMPLIANCE REPORTS
(APR 1984) ............................
K-
K.20 52.222-25
AFFIRMATIVE ACTION COMPLIANCE (APR 1984) .
K-
K.21 52.223-1
CLEAN AIR AND WATER CERTIFICATION
(APR 1984) ............................
K-
CERTIFICATION REGARDING A DRUG-FREE
WORKPLACE (JUL 1995) ..................
K-
CERTIFICATION OF TOXIC CHEMICAL RELEASE
REPORTING (OCT 1995)...................
K-
BUY AMERICAN ACT AND BALANCE OF PAYMENTS
PROGRAM (JAN 1994) ....................
K-
K.19 52.222-22
K.22 52.223-5
K.23 52.223-13
K.24 DFARS
252.225-7000
PARA PROVISION
NO.
NO.
K.25 DFARS
252.226-7001
K.26 DFARS
252.247-7022
TITLE
NOTICE OF HISTORICALLY BLACK COLLEGE OR
UNIVERSITY AND MINORITY INSTITUTIONS
SET-ASIDE(APR 1994)....................
REPRESENTATION OF EXTENT OF TRANSPORTATION
BY SEA (AUG 1992)......................
PAGE
KK-
PART
S E C T I O N
IV
L - SEALED BIDDING
INSTRUCTIONS, CONDITIONS AND
NOTICES TO BIDDERS
PART IV - GENERAL INSTRUCTION
SECTION L
INSTRUCTIONS, CONDITIONS AND NOTICES
TO BIDDERS
**********************************************************************
SEALED BID
NOTE: The provisions listed below are for sealed bidding.
Provisions
52.214-1, -3, -4, -5, -6, -7, -9, -10, and -12 may be included by
reference. If no provisions are included by reference, delete provision
52.252-1.
**********************************************************************
TABLE OF CONTENTS
PARA PROVISION
NO.
NO.
TITLE
PAGE
L.1
DFARS
COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE
252.204-7001
REPORTING (DEC 1991) ................... L-
L.2
52.210-2
RESERVED
L.3
DFARS
252.210-7001
AVAILABILITY OF SPECIFICATIONS AND STANDARDS
NOT LISTED IN THE DODISS, DATA ITEM
DESCRIPTIONS NOT LISTED IN DOD DIRECTIVE
5010.12L, AND PLANS, DRAWINGS, AND OTHER
PERTINENT DOCUMENTS (DEC 1991).......... L-
L.4
DFARS
252.210-7002
AVAILABILITY FOR EXAMINATION OF
SPECIFICATIONS STANDARDS, PLANS, DRAWINGS,
DATA ITEM DESCRIPTIONS, AND OTHER PERTINENT
DOCUMENTS (DEC 1991).................... L-
L.5
52.214-1
SOLICITATION DEFINITIONS - SEALED BIDDING
(JUL 1987) ............................. L-
L.6
52.214-3
AMENDMENTS TO INVITATIONS FOR BIDS
(DEC 1989) ............................
L-
L.7
52.214-4
FALSE STATEMENTS IN BIDS (APR 1984)..... L-
L.8
52.214-5
SUBMISSION OF BIDS (JUL 1995) .......... L-
PARA PROVISION
NO.
NO.
TITLE
PAGE
L.10 52.214-6
EXPLANATION TO PROSPECTIVE BIDDERS
(APR 1984).............................. L-
L.11 52.214-7
LATE SUBMISSIONS, MODIFICATIONS, AND
WITHDRAWALS OF BIDS (JUL 1995).......... L-
L.12 52.214-9
FAILURE TO SUBMIT OFFER (JUL 1995)...... L-
L.13 52.214-10
CONTRACT AWARD - SEALED BIDDING (JUL 1990).
L.14 52.214-12
PREPARATION OF BIDS (APR 1984).......... L-
L.15 52.214-17
AFFILIATED BIDDERS (APR 1984)........... L-
L.16 FAC
5252.214-9304
SITE VISITATION
(JUN 1994).............................. L-
L.17 52.216-1
TYPE OF CONTRACT (APR 1984)............. L-
L.18 52.222-24
PRE-AWARD ON-SITE EQUAL OPPORTUNITY
COMPLIANCE REVIEW (APR 1984)............ L-
L.19 52.233-2
SERVICE OF PROTEST (OCT 1995)........... L-
L.20 52.237-1
SITE VISIT (APR 1984)................... L-
L.21 FAC
5252.237-9301
SUBSTITUTIONS OF KEY PERSONNEL
(JUN 1994) ............................. L-
L.22 52.252-1
SOLICITATION PROVISIONS INCORPORATED BY
REFERENCE (JUN 1988) ................... L-
L-
************************************************************************
NOTE: For conversions from in-house to contractor operations, add the
following to section L.
************************************************************************
PARA PROVISION
NO.
NO.
L.23 52.207-1
TITLE
PAGE
NOTICE OF COST COMPARISON (SEALED BIDDING
(FEB 1993) ............................. L-
PART
S E C T I O N
IV
L - NEGOTIATED
INSTRUCTIONS, CONDITIONS AND
NOTICES TO BIDDERS
PART IV - GENERAL INSTRUCTION
SECTION L
INSTRUCTIONS, CONDITIONS AND NOTICES
TO BIDDERS
******************************************************************
NEGOTIATED
NOTE: The provisions listed below are for negotiated procurements.
Provisions 52.215-5, -7, -8, -9, -10, -12, -14, -15, -16, -17 may be
included by reference.
If no provisions are included by reference,
delete provision 52.252-1.
******************************************************************
TABLE OF CONTENTS
PARA PROVISION
NO.
NO.
L.1 252.204-7001
TITLE
PAGE
COMMERCIAL AND GOVERNMENT ENTITY (CAGE)
CODE REPORTING (DEC 1991)............... L-
L.2
52.210-2
RESERVED
L.3
DFARS
AVAILABILITY OF SPECIFICATIONS AND STANDARDS
252.210-7001
NOT LISTED IN THE DODISS, DATA ITEM
DESCRIPTIONS NOT LISTED IN DOD DIRECTIVE
5010.12L, AND PLANS, DRAWINGS, AND OTHER
PERTINENT DOCUMENTS (DEC 1991).......... L-
L.4
DFARS
AVAILABILITY FOR EXAMINATION OF
252.210-7002
SPECIFICATIONS STANDARDS, PLANS, DRAWINGS,
DATA ITEM DESCRIPTIONS, AND OTHER PERTINENT
DOCUMENTS (DEC 1991).................... L-
L.5
5252.214-9304
SITE VISITATION (JUN 1994) ............. L-
L.6
52.215-5
SOLICITATION DEFINITIONS (JUL 1987) .... L-
L.7
52.215-7
UNNECESSARILY ELABORATE PROPOSALS OR
QUOTATIONS (APR 1984) .................. L-
L.8
52.215-8
AMENDMENTS TO SOLICITATIONS (DEC 1989) . L-
L.9
52.215-9
SUBMISSION OF OFFERS (JUL 1995) ........ L-
PARA PROVISION
NO.
NO.
TITLE
PAGE
L.10 52.215-10
LATE SUBMISSIONS, MODIFICATIONS, AND
WITHDRAWALS OF PROPOSALS (JUL 1995)..... L-
L.11 52.215-12
RESTRICTION ON DISCLOSURE AND USE OF DATA
(APR 1984).............................. L-
L.12 52.215-13
PREPARATION OF OFFERS (APR 1984)........ L-
L.13 52.215-14
EXPLANATION TO PROSPECTIVE OFFERORS
(APR 1984) ............................. L-
L.14 52.215-15
FAILURE TO SUBMIT OFFER (JUL 1995)...... L-
L.15 52.215-16
CONTRACT AWARD (OCT 1995) (ALT III)..... L-
L.16 52.215-17
TELEGRAPH PROPOSALS (JUL 1987).......... L-
L.17 FAC
5252.215-9300
CONTENT OF PROPOSALS
(JUN 1994) ............................. L-
L.18 52.216-1
TYPE OF CONTRACT (APR 1994)............. L-
L.19 52.222-24
PRE-AWARD ON-SITE EQUAL OPPORTUNITY
COMPLIANCE REVIEW (APR 1984)............ L-
L.20 52.233-2
SERVICE OF PROTEST (NOV 1988)........... L-
L.21 52.237-1
SITE VISIT (APR 1984)................... L-
L.22 FAC
SUBSTITUTIONS OF KEY PERSONNEL
5252.237-9301 (JUN 1994) ..............................
L.23 52.252-1
L-
SOLICITATION PROVISIONS INCORPORATED BY
REFERENCE (JUN 1988) ................... L-
******************************************************************
NOTE: For conversions from in-house to contractor operations, add the
following to section L.
******************************************************************
PARA PROVISION
NO.
NO.
L.24 52.207-2
TITLE
PAGE
NOTICE OF COST COMPARISON (NEGOTIATED)
(FEB 1993) ............................. L-
L.14
FAR 52.215-16, CONTRACT AWARD (OCT 1995)
*****************************************************************
NOTE: FAR Clause 52.215-16, "Contract Award", basic clause or
Alternates I or II is required in all RFP's. Be aware that the format
of the clause has changed. The basic clause now states that the
government will hold discussions. Alternative II states that we
intend to award without discussions, but we reserve the right to hold
discussions, if later determined by the contracting officer to be
necessary. A new paragraph (h) has also been added containing
information pertaining to post-award debriefings.
*****************************************************************
(a) The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, cost or
price and other factors, specified elsewhere in this solicitation,
considered.
(b) The Government may (1) reject any or all offers if such
action is in the public interest, (2) accept other than the lowest
offer, and (3) waive informalities and minor irregularities in offers
received.
(c) The Government intends to evaluate proposals and award a
contract after conducting written or oral discussions with all
responsible offerors whose proposals have been determined to be within
the competitive range. However, each initial offer should contain the
offeror's best terms from a cost or price and technical standpoint.
(d) The Government may accept any item or group of items of an
offer, unless the offeror qualifies the offer by specific limitations.
Unless otherwise provided in the Schedule, offers may be submitted for
quantities less than those specified. The Government reserves the
right to make an award on any item for a quantity less than the
quantity offered, at the unit cost or prices offered, unless the
offeror specifies otherwise in the offer.
(e) A written award or acceptance of offer mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer shall result in a binding contract without
further action by either party. Before the offer's specified
expiration time, the Government may accept an offer (or part of an
offer, as provided in paragraph (d) above), whether or not there are
negotiation after its receipt, unless a written notice of withdrawal
is received before award. Negotiations conducted after receipt of an
offer do not constitute a rejection or counteroffer by the Government.
(f) Neither financial data submitted with an offer, nor
representations concerning facilities or financing, will form a part
of the resulting contract. However, if the resulting contract
contains a clause providing for price reduction for defective cost or
pricing data, the contract price will be subject to reduction if cost
or pricing data furnished is incomplete, inaccurate, or not current.
(g) The Government may determine that an offer is unacceptable
if the prices proposed are materially unbalanced between contract line
items or contract subline items. An offer is materially unbalanced
when it is based on prices significantly less than cost for some work
and prices which are significantly overstated in relation to cost for
other work, and if there is a reasonable doubt that the offer will
result in the lowest overall cost to the Government, even though it
may be the low evaluated offer, or it is so unbalanced as to be
tantamount to allowing an advance payment.
(h) The Government may disclose the following information in
post-award debriefings to other offerors: (1) the overall evaluated
cost or price and technical rating of the successful offeror; (2) the
overall ranking of all offerors, when any ranking was developed by the
agency during source selection; (3) a summary of the rationale for
award; and (4) for acquisitions of commercial end items, the make and
model of the item to be delivered by the successful offeror.
(End of provision)
ALTERNATE I (OCT 1995)
*****************************************************************
NOTE: In accordance with the prescription in 15.407(d)(4)(I),
substitute the following paragraph (d) for paragraph (d) of the basic
provision:
*****************************************************************
(d) The Government may accept any item or combination of items,
unless doing so is precluded by a restrictive limitation in the
solicitation or the offer.
ALTERNATE II (OCT 1995)
*****************************************************************
NOTE: As prescribed in 15.407(d)(4)(ii), substitute paragraph (c) for
paragraph (c) of the basic provision. Use this alternate when the
government intends to award a contract without discussions with
offerors but allows the government to hold discussions if later
determined necessary.
*****************************************************************
c. The Government intends to evaluate proposals and award a
contract without discussions with offerors (except communications
conducted for the purpose of minor clarification). Therefore, each
initial offer should contain the offeror's best terms from a cost or
price and technical standpoint. However, the Government reserves the
right to conduct discussions if later determined by the Contracting
Officer to be necessary.
PART
S E C T I O N
IV
M - SEALED BIDDING
EVALUATION FACTORS FOR AWARD
PART IV GENERAL INSTRUCTIONS
SECTION M - EVALUATION FACTORS FOR AWARD
SEALED BIDDING
TABLE OF CONTENTS
PARA PROVISION
NO.
NO.
TITLE
PAGE
NO.
M.1
PRE-AWARD SURVEY.......................
M-3
M.2
5252.214-9300
BASIS FOR AWARD (JUN 1994).............
M-4
M.3
52.217-5
EVALUATION OF OPTIONS (JUL 1990).......
M-4
M.4
52.232-15
PROGRESS PAYMENTS NOT INCLUDED
(APR 1984).............................
M-5
SECTION M - EVALUATION FACTORS FOR AWARD (SEALED BIDDING)
M.1
PRE-AWARD SURVEY
**********************************************************************
NOTE: The Pre-Award Survey paragraph should be included in all contracts.
Minor modifications in the paragraph shown can be made. Major expansion of
the paragraph to include technical plans, management plans, pre-award
technical qualifications, etc., are not acceptable in most cases. Major
modifications of the paragraph require PRIOR APPROVAL BY EFD/EFA/PWC CODE
O2/200 and will be considered only in those specifications involving complex
technical issues that are not Small Business Set-Aside.
**********************************************************************
The Government may make a pre-award survey of the low conforming bidder to
determine whether such bidder is qualified and capable of performing the
contract. The pre-award survey will involve examination of the bidder's
financial and technical status and understanding of the contract
requirements. The following are examples of the information that, upon
request, the bidder shall be required to provide in writing to the pre-award
survey team. Requested information shall be forwarded within three days of
request. Failure to provide requested information, or a determination,
after review of the information, of the bidder's non-responsibility, may
result in bid rejection.
a. Identification of the Contractor's personnel and management to be
used on this contract.
b. The Contractor's technical and management plans for performing
required services.
c.
Description of Contractor's facilities and equipment.
d. Summary of the Contractor's experience in performing work of the
type required by this specification.
e.
Current financial statements and data.
f.
Other work presently under contract.
g. Prior contracts for similar work, and the names and addresses of
individuals with the organization issuing the contract who may be contacted
for information concerning the Contractor's performance.
h.
Contractor Quality Control plan for this contract.
M.2
FAC 5252.214-9300
BASIS FOR AWARD
(JUN 1994)
***********************************************************************
NOTE: Delete last sentence in subparagraph a. if only one contract line
item number. Add subparagraph b, if the award period will be less than
twelve full months. Insert Alt I for separately priced options.
***********************************************************************
BASIS FOR AWARD
a. The low bidder for purposes of award shall be the conforming,
responsive, responsible bidder offering the lowest total price for Contract
Line Items
(insert contract line item numbers) . Bids are solicited on
an "all or none" basis and FAR 52.214-10, "CONTRACT AWARD - SEALED BIDDING
(JUL 1990)" provision, Section L, is hereby modified. Failure to submit bids
for all items and quantities listed shall be cause for rejection of the bid.
b. Bids shall be submitted for the performance of work for the period
identified in the "TERM OF CONTRACT" paragraph, Section F. Bidders are
cautioned that the initial term of the contract may be for a period of less
than a full year.
ALTERNATE I
a. The low bidder for purposes of award shall be the conforming,
responsive, responsible bidder offering the lowest total price for Contract
Line Items
(insert contract line item numbers) . However, the initial
award will include only Contract Line Items
(insert contract line item
number(s)) .
b. Bids are solicited on an "all or none" basis and FAR 52.214-10,
"CONTRACT AWARD - SEALED BIDDING (JUL 1990)" provision, Section L, is hereby
modified. Failure to submit bids for all items and quantities listed shall
be cause for rejection of the bid.
M.3
FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990)
***********************************************************************
NOTE: If this provision is not appropriate, insert the "EVALUATION
EXCLUSIVE OF OPTIONS (FAR 52.217-3) provision.
***********************************************************************
a. Except when it is determined in accordance with FAR 17.206(b) not
to be in the Government's best interests, the Government will evaluate
offers for award purposes by adding the total price for all options to the
total price for the basic requirement. Evaluation of options will not
obligate the Government to exercise the option(s).
M.4
FAR 52.232-15, PROGRESS PAYMENTS NOT INCLUDED (APR 1984)
A progress payments clause is not included in this solicitation, and will
not be added to the resulting contract at the time of award. Bids
conditioned upon inclusion of a progress payment clause in the resulting
contract will be rejected as nonresponsive.
PART
S E C T I O N
IV
M - NEGOTIATED
EVALUATION FACTORS FOR AWARD
PART IV - GENERAL INSTRUCTIONS
SECTION M - EVALUATION FACTORS FOR AWARD
NEGOTIATED CONTRACTS
TABLE OF CONTENTS
PARA PROVISION
NO.
NO.
TITLE
M.1
PRE-AWARD SURVEY............................
PAGE
NO.
M-3
M.2
BASIS FOR AWARD.............................
M-4
M.3
SOURCE SELECTION............................
M-4
M.4
BEST VALUE EVALUATION..................
M-5
M.5
LOW PRICE TECHNICALLY ACCEPTABLE ......
M-6
M.6
52.217-5
EVALUATION OF OPTIONS (JUL 1990)............
M-7
M.7
52.232-15 PROGRESS PAYMENTS NOT INCLUDED (APR 1984)...
M-8
SECTION M - EVALUATION FACTORS FOR AWARD (NEGOTIATED)
M.1
PRE-AWARD SURVEY
**********************************************************************
NOTE: The Pre-Award Survey paragraph should be included in all
contracts. Minor modifications in the paragraph shown can be made.
Major expansion of the paragraph to include technical plans,
management plans, pre-award technical qualifications, etc., are not
acceptable in most cases.
**********************************************************************
The Government may make a pre-award survey of the low conforming
bidder to determine whether such bidder is qualified and capable of
performing the contract. The pre-award survey will involve
examination of the bidder's financial and technical status and
understanding of the contract requirements. The following are
examples of the information that, upon request, the bidder shall be
required to provide in writing to the pre-award survey team.
Requested information shall be forwarded within three days of request.
Failure to provide requested information, or a determination, after
review of the information, of the bidder's non-responsibility, may
result in bid rejection.
a. Identification of the Contractor's personnel and management
to be used on this contract.
b. The Contractor's technical and management plans for
performing required services.
c.
Description of Contractor's facilities and equipment.
d. Summary of the Contractor's experience in performing work of
the type required by this specification.
e.
Current financial statements and data.
f.
Other work presently under contract.
g. Prior contracts for similar work, and the names and addresses
of individuals with the organization issuing the contract who may be
contacted for information concerning the Contractor's performance.
h.
Contractor Quality Control plan for this contract.
M.2
BASIS FOR AWARD
**********************************************************************
NOTE: The following should be tailored to individual procurements
dependent on whether award will be made to low offeror or best value.
**********************************************************************
a. The low offeror for purposes of award shall be the
conforming, responsive, responsible offeror offering a technically
acceptable proposal and (1) the lowest total price for Contract Line
Items _________ OR (2) the best value to the Government.
b. Offerors shall be submitted for the performance of work for
the period identified in the "Term of Contract" clause.
c. Offers are solitude on an "all or none" basis and FAR 52.21616, "CONTRACT AWARD - NEGOTIATED" provision, Section L, is hereby
modified. Failure to submit offers for all items and quantities
listed shall be cause for rejection of the offer.
M.3
SOURCE SELECTION
The following is an outline of the general procedures to be followed
in using source selection or competitive negotiation procedures.
1. Acquisition Planing. Thorough acquisition planning is essential to
adequately define the most significant technical and performance
issues.
2. Development of Evaluation Factors. The two basic evaluation
factors are Price and Technical.
a. Technical. Critical areas generally include: (1)
Experience*, (2) Delivery or Schedule*, (3) Quality, and (4) Approach
or Method. Technical evaluation factors may include responsibility
related criteria. However, responsibility criteria can be used to
rank small business firms, but cannot be used to exclude a firm as
unacceptable. By statute, only SBA can make a determination of
nonresponsibility on a small business. DFARS 219.705-2(d) states that
in any procurement involving technical evaluations, including source
selection, the extent of participation of small and small
disadvantaged business in the performance of the contract shall be
used as an evaluation factor.
**********************************************************************
NOTE: (1) Past experience is used as an indicator of an offeror's
ability to perform quality work in a timely manner in the future. (2)
An offeror's ability to perform is often indicated by his ability to
plan and anticipate problems.
**********************************************************************
b. Price. A price breakdown in a format dictated by the
government can be useful to the contracting officer to confirm
understanding of scope, price reasonableness and assess technical
evaluation results.
4. Proposal Evaluation. All offeror's receive equal consideration
and the evaluation must be demonstrably based on the stated evaluation
criteria included in the solicitation. Preestablished standards can be
helpful in facilitating the evaluators process and encouraging
development of consensus among the evaluators. Selection of one of two
evaluation methods is necessary; Best Value or Low Price Technically
Acceptable (LPTA).
BEST VALUE - This method allows great discretion to the
Government. Award is made to the proposer who offers the "best value"
to the government, price and other technical factors listed in the
solicitation considered. Note: Using this method allows award to be
made to other than the low priced proposer.
LOW PRICE TECHNICALLY ACCEPTABLE (LPTA) - This method offers
little discretion to the government. Once proposals are evaluated
technically, award must be made to the low priced technically
acceptable proposer regardless of the technical ranking or superiority
of one proposer over another.
**********************************************************************
NOTE: Best Value is preferable since it offers the government the
opportunity to use discretion and seek value. The same amount of
effort is required, yet LPTA severely limits your options. If LPTA is
used, award must be made to the low bidder, no matter what the
technical ranking. In addition to limiting your ability to choose a
clearly superior firm, you risk the chance of the superior firm not
competing or the inferior firm increasing its price.
**********************************************************************
5. Evaluation documentation. Documentation supporting evaluation
conclusions must be rational, consistent, and be based on the
information presented by the offerors in their proposals. All
conclusions must be supported by facts. Conclusions justified
exclusively on numerical point scores are not acceptable.
M.4
BEST VALUE EVALUATION (SEP 1995)
**********************************************************************
NOTE: Insert a provision substantially similar to the following in
solicitations when "best value" is used. This provision can be
tailored to individual procurements. The Contracting Officer shall
identify evaluation factors in descending order of importance (or, if
of equal importance, shall state).
**********************************************************************
BEST VALUE EVALUATION
(a) The offeror's proposal shall be in the form prescribed by this
solicitation and shall contain a response to each of the areas
identified which affects the evaluation factors for award.
EVALUATION FACTORS
Responses to the Request for Proposal will be evaluated using the
following two principle factors: (1) PRICE and (2) TECHNICAL.
(1) TECHNICAL: The technical proposal will be evaluated to
determine whether the offeror possesses the capability required to
successfully perform the requirements of the solicitation. The
technical criteria are listed in descending order of importance (or
may be stated to be of equal importance):
_
(2) PRICE: The Price proposal will be evaluated to determine
reasonableness and realism of price. The cumulative rating of the
technical evaluation factors is equal to price.
M.5
LOW PRICE TECHNICALLY ACCEPTABLE EVALUATION (SEP 1995)
**********************************************************************
NOTE: Insert a provision substantially similar to the following in
solicitations when award will be based on low price/cost technically
acceptable award criteria. Tailor this provision for each
solicitation. The Contracting Officer shall identify these factors
below in descending order of importance (or are of equal importance).
**********************************************************************
LOW PRICE TECHNICALLY ACCEPTABLE
(a) Technical acceptability will be determined in accordance with
SET-ASIDE the following evaluation factors, based on information
submitted in response to the solicitation. The technical evaluation
factors are listed in descending order of importance (or are of equal
importance). To be determined technically acceptable, the offeror must
be technically acceptable in each of the areas identified by the
following evaluation factors:
(b) After a proposal has been determined technically acceptable,
price becomes the most important factor.
M.6
FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990)
**********************************************************************
NOTE: If this provision is not appropriate, insert the "EVALUATION
EXCLUSIVE OF OPTIONS (FAR 52.217-3) provision.
**********************************************************************
a. Except when it is determined in accordance with FAR
17.206(b) not to be in the Government's best interests, the Government
will evaluate offers for award purposes by adding the total price for
all options to the total price for the basic requirement. Evaluation
of options will not obligate the Government to exercise the option(s).
M.7
FAR 52.232-15, PROGRESS PAYMENTS NOT INCLUDED (APR 1994)
A progress payments clause is not included in this solicitation, and
will not be added to the resulting contract at the time of award.
Bids conditioned upon inclusion of a progress payment clause in the
resulting contract will be rejected as nonresponsive.
Download