Federal Bid

Last Updated on 20 Sep 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

NAF Microbus

Solicitation ID FA5209-16-P-101901
Posted Date 23 Aug 2016 at 7 AM
Archive Date 20 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5209 374 Cons Pk
Agency Department Of Defense
Location Japan
Solicitation Number:
FA5209-16-Q-101901
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
Added: August 23, 2016
Combined Synopsis/Solicitation
RFQ - Purchase of Two new 20 PAX Microbuses for 374 FSS/FSCVO, Yokota Air Base
(100% NAF FUND)
Requesting Agency: 374th Force Support Squadron/FSCVO, Vehicle Operations (NAF)
Bldg 1290, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan
Purchasing Agency: 374th Contracting Squadron/LGCB
Bldg 620, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan
This is a non-appropriated fund purchase and it does not obligate appropriated funds of the
United States Government. Non-appropriated funds are generated by the military community
through the sale of goods and services, and the collection of fees and charges for participation in
military community programs. This purchase does not involve federal tax dollars, however,
Japanese sales consumption tax may be required for local vendors.
This solicitation is issued as a request for quotation (RFQ) IAW Air Force Manual 64-302, Nonappropriated
Fund (NAF) Contracting Procedures. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation will not be issued.
Submit written proposals in reference to Request for Quotation (RFQ) number FA5209-16-
Q-101901. Due to the overseas location of this solicitation, no set-aside will be used. The
NAICS code for this requirement is 441110, New Car Dealers.
This solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2005-89 dated August 15, 2016.
Potential bidders are to provide a proposal for the purchase outlined in the government Minimum
Characteristics Item Information (GMCI, Attachment 1), which is included as an attachment to
this solicitation:
- Proposal shall include a total price for the following bid schedule
CLIN 0001 - 20 PAX Microbuses with Digital Tachograph Unit
Quantity: 2 Each - Unit Price ¥_______________ Total Price: ¥_______________
- Prices shall be all inclusive (i.e. all material, transportation, labor, etc.)
- Prices shall be proposed in Japanese Yen (¥) and proposals shall be valid for a minimum of 60
days
- Desired Delivery Period: 60 calendar days after receipt of the resulting contract.
- Proposal shall also include the contractor's Technical Capability as follows:
Proposal Specifics:
Proposals are due to this office no later than 12:00 p.m. Tokyo time, Monday, September 6,
2016. Proposals may be faxed to 042-530-3319 or if dialing from outside Japan
011-81-42-530-3319, or sent via e-mail to [email protected]. Email submissions are
preferred.
Primary point of contact
SrA Demarquis Bell, Contract Specialist, TEL: 042-552-3014 or email:
[email protected]
Alternate point of contact
Keisuke Kiyotaka, Contract Specialist, TEL: 042-552-3014 or email:
[email protected]
INSTRUCTION TO OFFERORS:
All proposals must include the following information:
1. Company's complete mailing and remittance address
2. Discounts for prompt payment - if any
3. Proposals must be valid for a period of no less than 60 days
4. Proposal shall include the contractors technical capability as follows:
a. Manufacturer Catalogs, Brochures, or Specifications need to be attached as
outlined in the Government Minimum Characteristics Information, Attachment 1
b. Projected schedule of Delivery Date
Evaluation of Proposals:
(a) NAFI will award a contact/purchase order resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most advantageous to the Government,
price and other factors considered. The following factors shall be used to evaluate offers:
1. Price
2. Technical Acceptability: Technical Acceptability is achieved when the offeror
provides proof that the products meet the minimum standards of government Minimum
Characteristics Information, including the specified brand name product, Attachment 1.
All offerors shall submit the product literature or other documents to provide quality products
complying with the attached Minimum Characteristics Item Information (i.e., product's
brochures, product's catalog data, and/or drawings).
Initially, offers shall be ranked according to evaluated prices, and the lowest offeror's technical
information will be forwarded to the customer, 374 FSS for evaluation, and the customer will
rate the technical information as "acceptable" or "unacceptable". Technical acceptability is met
when the offeror submits proof of technical capability and compliance with the requirements
above. A single award will result from this evaluation.
If the lowest offeror meets the Government's technical acceptability as defined above, the
Purchase Order will be awarded to that offeror. If the lowest offer fails to meet the
Government's technical acceptability, it will be eliminated from consideration for award. The
Government will then evaluate the next low offeror's technical acceptability in the same manner.
This process will continue until one offeror is found to meet the Government's technical
acceptability as defined in this solicitation
The Government intends to award a Purchase order without discussions with respective offerors,
however, the Government reserves the right to hold discussions if they are deemed to be in the
best interest of the Government.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the offer, shall result in a binding
contact without further action by either party. Before the offer's specified expiration time, the
government may accept an offer (or part of an offer), whether or not there are negotiations after
its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
Additional Information:
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Contracting Office Address:
374th Contracting Squadron/LGCBB
Bldg 620, Yokota Air Base
Fussa-shi, Tokyo 197-0001 Japan
Place of Performance:
374th FSS/FSRV Vehicle Operations (NAF)
Bldg 1290, Yokota Air Base
Fussa-shi, Tokyo 197-0001 Japan
Primary Point of Contact:
Demarquis Bell, SrA, USAF
Contract Specialist
[email protected]
Phone: 042-552-3014
Secondary Point of Contact:
Keisuke Kiyotaka
[email protected]
Phone: 042-552-3014
The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at
http://farsite.hill.af.mil
Modified 1 January 2015
GENERAL PROVISIONS
l. DEFINITIONS - As used throughout this contract, the following terms and abbreviations have the meanings set
forth below:
a. Contract. An agreement that creates a legal obligation. The elements of a contract are a mutual agreement;
between competent parties; for a legal purpose; involving the exchange of legal consideration; and that creates
a mutuality of obligation to perform between the parties. The term contract, as used herein, includes without
limitation, formal bilateral contracts, purchase orders, consignment sales agreements, amendments and
modifications thereto, as well as other agreements entered into by an authorized Contracting Officer acting
within his or her authority.
b. Contracting Officer. An individual delegated the authority to legally bind the NAFI by entering into,
modifying, administering, and terminating contracts.
c. Contractor. Any legal entity that is awarded a contract. The Contractor is the party responsible for and agrees
to furnish supplies and/or services at specified prices/rates and/or to pay the NAFI mutually agreed to
commissions and/or fees in conjunction with providing services to NAFI customers under this contract.
Contractor may include, but is not limited to the following terms "vendor," "seller," "supplier,"
"manufacturer," "distributor," "concessionaire" and/or "licensee."
d. Contracting Officers' Representative (COR). An individual authorized in writing by a Contracting Officer to
monitor Contractor performance and/or help administer a contract. Definition applies to Contracting Officers'
Technical Representative (COTR) and Alternate COR (ACOR).
e. Day. A day means, unless otherwise provided, a 24 hour period of time denoted as midnight to midnight of a
calendar day, unless the last day of a specified number of days within which the contractor must file a claim or
notice with the contracting officer falls on Saturday, Sunday or a federal holiday, in which case the last day
shall be the next business day denoted as Monday through Friday.
f. Nonappropriated Fund Instrumentality (NAFI). A DoD organizational and fiscal entity supported in whole or
in part by Nonappropriated Funds. A NAFI, as an instrumentality of the U.S. Government, enjoys the same
immunities and privileges as the U.S. Government in the absence of specific Federal statute. It is not
incorporated under the law of any State, but has the legal status of an instrumentality of the United States.
References to United States, the Government, and other related references will generally be implied to mean
the NAFI throughout this contract.
2. LEGAL STATUS - The Nonappropriated Fund Instrumentality (NAFI), which is party to this contract, is an
integral part of the Department of Defense and is an instrumentality of the United States Government. No
appropriated funds of the United States shall become due or be paid the Contractor by reason of this contract.
3. CLAIMS
a. The contract is not subject to the Contract Disputes Act of 1978 (41 U.S.C. 7101-7109). All disputes arising
under or relating to this contract shall be resolved under this clause.
b. "Claims," as used in this clause, means the inability of a contractor and the contracting officer to reach a
mutual agreement related to contractual issues in controversy resulting in the filing of a written demand or
assertion seeking payment of money, adjustment or interpretation of contract, or other relief, and issuance of a
contracting officer's final decision. A voucher, invoice, or other routine request for payment that is not in
dispute when submitted is not a claim under this clause. The submission may be converted to a claim under
this clause, by complying with the submission requirements of this clause. if it is disputed either as to liability
or amount or is not acted upon in a reasonable time.
Modified 1 January 2015
c. (1) A claim by the Contractor shall be made in writing and submitted to the Contracting Officer for a written
decision. A claim by the NAFI against the Contractor shall be subject to a written decision by the Contracting
Officer.
(2) For Contractor claims exceeding $150,000, the Contractor shall submit with the claim a certification that
contains the following statement: "Subject to the False Claim Act, 31 USC 3729, I certify the claim is made in
good faith; that the supporting data is accurate and complete to the best of my knowledge and belief; that the
amount requested accurately reflects the contract adjustment for which the Contractor believes the NAFI is
liable; and that I am duly authorized to certify on behalf of the Contractor."
d. For contract claims of $150,000 or less, the Contracting Officer must, if requested in writing by the Contractor,
render a decision within 60 days of the request. For Contractor-certified claims over $150,000, the
Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the
decision will be made.
e. The Contracting Officers' decision shall be final unless the contractor appeals as provided in paragraph (f) of
this clause.
f. The Contracting Officers' final decision on claims may be appealed by submitting a written appeal to Armed
Services Board of Contract Appeals with a copy to the Contracting Officer, within 90 days of receipt of the
Contracting Officers' final decision. Decisions of the Armed Services Board of Contract Appeals are final and
are not subject to further appeal.
g. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any
request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the
Contracting Officer.
4. REPRESENTATIONS
a. This written contract, including identified attachments, enclosures and documents incorporated by reference, is
the entire agreement between the parties. The NAFI will not be bound by any oral or written representation
not included or incorporated in the written contract or a written modification thereto. The NAFI will not be
bound by any terms on Contractor forms or letters unless such terms are specifically agreed to and
incorporated in the contract and signed by the Contracting Officer. Except as otherwise specifically provided
in this contract, all additions, changes or deletions to this contract must be prepared in writing as a
modification and signed either unilaterally by the Contracting Officer or bilaterally by both parties in
accordance with applicable regulations.
b. The Contractor shall not represent itself to be an agent or representative of the NAFI or any other agency or
instrumentality of the United States.
5. ADVERTISEMENTS - The Contractor shall not represent in any manner, expressly or by implication, that items
or services purchased or sold under this contract are approved or endorsed by any element of the U.S.
Government, including the NAFI. All Contractor advertisements that refer to the NAFI or a NAFI activity will
contain a statement that the advertisement was neither paid for nor sponsored, in whole or in part, by the U.S.
Government or the NAFI.
6. EXAMINATION OF RECORDS
a. The Contractor agrees that the Contracting Officer or a duly authorized representative(s) shall have the right
to examine and audit the books and records of the Contractor directly pertaining to the contract during the
period of the contract and until expiration of three (3) years after the final payment under the contract.
b. The Contractor shall include this clause in all subcontracts.
Modified 1 January 2015
7. HOLD AND SAVE HARMLESS - The Contractor agrees to indemnify and hold harmless the NAFI and any
other agency or instrumentality of the United States, and their officers, agents, and employees, from any loss,
expense, damage, injury, claim, suit or judgment (including administrative actions taken against the NAFI by
other federal, state or local agencies) arising from the contractors' (employees, agents or subcontractors) acts or
omissions or the items/services provided pursuant to the contract (including any patent, copyright, or trademark
infringement claimed by a third party in connection with the items/services provided by the contractor). Nothing
contained herein, however, shall relieve or be construed as relieving the NAFI or any other agency or
instrumentality of the United States from any liability resulting from its negligence.
8. INSURANCE
a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this
contract at least the insurance coverage as stated in this contract. In no event shall the coverage be less than
the minimum requirements established by applicable state and local regulations and laws for the risk
associated with the services to be provided by the contract. The Contractor shall be fully responsible to the
NAFI for errors and omissions of its associates' and subcontractors' under this contract.
b. The Contractor shall furnish to the Contracting Officer a current certificate of insurance prior to the
commencement of performance under the contract. The "INSURED" block of the Certificate of Insurance
must list both the Contractors' name / (or Contractors' d.b.a. name) and the contract number. The Certificates
of Insurance shall evidence that all lines of insurance coverage required by the contract are in effect, and that
not less than thirty (30) days prior written notice shall be provided to the Contracting Officer in the event of
modification, cancellation, or non-renewal of any portion of the insurance coverage(s). All certificates of
insurance must list the NAFI as the certificate holder, name the NAFI and the United States as additional
insureds, and carry an endorsement waiving the Contractors' rights to subrogation against the NAFI and the
United States.
9. PROCUREMENT INTEGRITY
By submission of an offer or performance of this contract, the offeror or Contractor certifies with respect to this
NAFI contract action:
a. That no discussion, offer, or promise of future employment or business opportunity has nor will be made to
NAFI civilian or military personnel who personally and substantially participated in the contract action.
(1) That no offer, promise, or gift of any gratuity, entertainment, money, or other thing of value has nor will
be made to any NAFI civilian or military personnel or any other employee of the U.S. Government or
member of their family or household.
(2) That no information proprietary to other offerors or other contracting information (offeror list, prices
offered, technical evaluations, rankings, etc.) is sought or obtained until it is available to the public under
NAFI procedures.
(3) That no person or selling agency has been employed or retained to secure this contract for a commission,
percentage, brokerage, or contingent fee except bona fide employees or bona fide established commercial
selling agencies retained by the Contractor for the purpose of securing business.
b. The Contractor certifies that no gratuities (entertainment, gifts, money, kickbacks, or other things of value)
were nor will be solicited or accepted by the Contractor or Contractor representative, nor from any
Subcontractor or Subcontractor representative, for the purpose of obtaining or rewarding favorable treatment
in connection with this contract or any subcontract under it.
Modified 1 January 2015
c. The Contractor will report in writing to the Contracting Officer any possible violation of this clause when
there are reasonable grounds to believe a violation may have occurred. The Contractor will cooperate fully
with any federal agency investigation of a possible violation of this clause.
d. For breach of any of these certifications, the NAFI may terminate this contract for default, and/or deduct
from amounts due under this or other contracts, or charge the Contractor for the total value of any contingent
fee, gratuity, kickback or other loss to the NAFI arising out of the breach.
10. ASSIGNMENT OF CLAIMS
The contractor cannot assign any right or delegate any obligations under this contract without the prior written
permission of the Contracting Officer.
11. TERMINATION FOR CONVENIENCE
The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the best
interest of the NAFI. If this contract is for supplies and is so terminated, the Contractor shall be compensated in
accordance with FAR, Sub Parts 49.1 and 49.2 in effect on this contract's date. To the extent that this contract is for
services and is so terminated, the NAFI shall be liable only for payment in accordance with the payment provisions of
this contract for services rendered prior to the effective date of termination, providing there are no Contractor claims
covering nonrecurring costs for capital investment. If there are any such Contractor claims, they shall be settled in
accordance with FAR, Sub Parts 49.1 and 49.2.
12. CANCELLATION BY MUTUAL AGREEMENT
Should the situation warrant, the parties upon mutual agreement and no costs, may cancel this contract without
further recourse to the other and mutual release of any further obligations.
13. TERMINATION FOR CAUSE
a. The NAFI may, subject to paragraphs c. and d. below, by written notice of cause to the Contractor, terminate
this contract in whole or in part if the Contractor fails to-
(1) Deliver the supplies or perform the service within the time specified within this contract or any extension;
(2) Make progress, so as to endanger performance of this contract (however, see paragraph b. below); or
(3) Perform any of the other provisions of this contract (however see paragraph b. below).
b. The NAFI's right to terminate this contract under paragraph a. 2. and a. 3. above, may be exercised if the
Contractor does not cure such failure within 10 days (or more if authorized in writing by the Contracting Officer)
after receipt of notice from the Contracting Officer specifying the failure.
c. If the NAFI terminates this contract in whole or in part, it may acquire, under the terms and in the manner the
Contracting Officer considers appropriate, supplies or services similar to those terminated, and the Contractor will
remain liable to the NAFI for any excess costs for those supplies or services. However the Contractor must continue
the work not terminated.
d. Defaults by subcontractors at any tier for any reason do not constitute causes beyond the control and without
the fault or negligence of the Contractor. The Contractor shall not be liable for any excess costs if the failure to
perform the contract arises from causes beyond the control and without the fault or negligence of the Contractor.
Examples of such causes include:
(1) Acts of God or of the public enemy
Modified 1 January 2015
(2) Act of the NAFI in either its sovereign or contractual capacity
(3) Fires
(4) Floods
(5) Epidemics
(6) Quarantine restrictions
(7) Strikes
(8) Freight embargoes
(9) Unusually severe weather
e. If this contract is terminated for cause, the NAFI may require the Contractor to transfer title and deliver to the
NAFI as directed by the Contracting Officer, any
(1) completed supplies, and
(2) partially completed supplies and materials, parts, tool dies, jigs, fixtures, plans, drawings, information,
and contract rights (collectively referred to as manufacturing materials in the clause) that the Contractor has
specifically produced or acquired for the terminated portion of this contract. Upon direction of the Contracting
Officer, the Contractor shall also protect and preserve property in its possession in which the NAFI has an interest.
f. The NAFI shall pay the contract price for completed supplies delivered and accepted. The Contractor and
Contracting Officer shall agree on the amount of payment for manufacturing materials delivered and accepted and for
the protection and preservation of the property. Failure to agree will be a dispute under the Disputes Clause. The
NAFI may withhold from these amounts any sum the Contracting Officer determines to be necessary to protect the
NAFI against loss because of outstanding liens or claims of former lien holders.
g. If, after termination, it is determined that the cause by the Contractor was excusable, the rights and obligations
of the parties shall be the same as if the termination had been issued for convenience of the NAFI.
h. The rights and remedies of the NAFI in this clause are in addition to any other rights and remedies provided
by law or under this contract.
i. This contract is automatically terminated for the convenience of the government in the event the NAFI is
dissolved.
14. CHANGES
a. The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make
changes within the general scope of this Contract in any one or more of the following:
(1) If the requirement is for supplies and/or services: drawings, designs, or specifications; method of
shipment or packing; description of services to be performed; time of performance (i.e., hours of the day,
days of the week, etc.); place of delivery or place of performance of services.
(2) If the requirement is for concession services (including public private ventures): specifications
(including drawings and designs); method or manner of performance of work; NAFI-furnished facilities,
equipment, materials, services, or site; and/or directing acceleration in the performance of work.
(3) If the requirement is for transportation services: specifications; work or services; place of origin; place
of delivery; tonnage to be shipped; and/or amount of NAFI-furnished property.
b. If any such change causes an increase or decrease in the cost of, or the time required for, performance of any
part of the work under this Contract, whether or not changed by the order, the Contracting Officer will make
an equitable adjustment in the Contract price, the delivery schedule, or both, and modify the Contract.
Modified 1 January 2015
c. The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt
of the written order; however, if the Contracting Officer decides that the facts justify it, the Contracting
Officer may receive and act upon a proposal submitted before final payment of the Contract.
d. If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the
Contracting Officer shall have the right to prescribe the manner of the disposition of the property.
e. If the requirement is for architect-engineer or other professional services, no services for which an additional
cost or fee will be charged by the Contractor shall be furnished without the prior written authorization of the
Contracting Officer.
f. If the requirement is for concession services (including public private ventures), the Contractor shall notify the
Contracting Officer in writing within seven (7) days of the occurrence of any event that the Contractor
considers a change to the Contract that has not been authorized in writing signed by the Contracting Officer.
The Contractor will be deemed to have waived any right to an adjustment if timely notice is not provided to
the Contracting Officer as required herein. For purposes of this clause, "event" shall include, but not be
limited to, an order or direction by a NAFI or other Government official, a contested contract interpretation,
interference with or interruption of the contract work, or any other event that increases the cost or time to
perform the contract as compared to the cost or time that would be required if the Contractor performed the
Contract in accordance with its terms.
g. Failure to agree to any adjustment shall be a "claim" under either the "Claims" or "Disputes Resolution"
clause of this Contract; however, nothing in this clause shall excuse the Contractor from proceeding with the
Contract as changed.
15. SOCIAL RESPONSIBILITY AND LABOR STANDARDS - NONRESALE
By performance of this contract, the Contractor and any subcontractors shall comply with the Social Responsibility
requirements addressed herein:
a. Combating Trafficking in Persons (CTIP). Applicable to all contracts, regardless of location performed.
(1) Definitions. The meanings of the terms coercion, commercial sex act, debt bondage, forced labor,
involuntary servitude, severe forms of trafficking in persons, and sex trafficking are as is defined in the
Trafficking Victims Protection Act of 2000, Public Law 106-386, October 28, 2000 <
http://www.state.gov/documents/organization/10492.pdf >.
(2) Policy. DoD NAFIs have adopted the U.S. Government's zero tolerance policy regarding trafficking
in persons. During the contract period of performance, Contractor and contractor employees shall not:
(a) Engage in severe forms of trafficking; (b) Procure commercial sex; or (c) Use forced labor
(3) Contractor Requirements. Contractor shall: (a) Notify its employees of: Zero tolerance policy
described in this clause; and actions that will be taken against employees for violations of this policy.
(Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or
termination of employment); and (b) Take appropriate action against employees or subcontractors that
violate policy in paragraph a.(2) of this clause, up to and including termination.
(4) Notification. Contractor shall inform the Contracting Officer immediately of: (a) Any information it
receives from any source (including host country law enforcement) alleging a Contractor employee,
subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (b) Any
actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to
this clause.
(5) Remedies. In addition to other remedies available to the NAFI, Contractor's failure to comply with the
requirements of this clause may result in (a) Requiring the Contractor to remove a Contractor
employee or employees from performance under the contract; (b) Requiring the Contractor to
terminate a subcontract; (c) Suspension of contract or fee payments; (d) Termination of the contract for
Modified 1 January 2015
default or cause, in accordance with the termination clause of this contract; and/or (e) Suspension or
debarment.
(6) Mitigating Factors. The Contracting Officer may consider whether Contractor had a Trafficking in
Persons awareness program at the time of any violation as a mitigating factor when determining
remedies.
(7) Additional information about Trafficking in Persons and examples of awareness programs can be
found on the U.S. Department of State, Office to Monitor and Combat Trafficking in Persons
(OMCTP) website < http://www.state.gov/j/tip/index.htm >.
b. Labor; Work Hours, Compensation and Benefits; Discipline; Freedom of Association; Discrimination; and
Workspaces. Applicable to all contracts, regardless of location performed.
Contractor Requirements.
(a) Labor - Contractor shall not employ any person under the age of 14 years, unless local and national
laws stipulates a higher age for work or mandatory schooling, in which case the higher age will
apply. Contractor shall not use force or other compulsory labor in performance of this contract, nor
require employees to lodge "deposits" or identity papers upon commencing employment with the
Contractor or subcontractor.
(b) Working Hours, Compensation and Benefits. Contractor shall comply with applicable local and
national laws on maximum daily/weekly working hours. Contractor shall ensure that wages paid for
a standard workweek are consistent with local national laws.
(c) Safe and Healthy Workplace. Contractors shall provide employees with a safe and healthy
workplace in compliance with all local and national laws.
(d) Discipline. Contractor shall not engage in or support the use of corporal punishment, mental or
physical coercion, verbal abuse, or withholding passports or travel documents.
(e) Freedom of Association & Right to Collective Bargaining. Contractor shall respect the right of all
employees to form and join trade unions of their choice, consistent with prevailing local and national
laws and to bargain collectively without any activity that impedes or suppresses freedom of
association. Contractors shall ensure that representatives of such employees are not subject to
discrimination and that such representatives have access to their members in the workplace.
(f) Discrimination. Contractors shall comply consistently with local and national laws with regard to
discrimination in hiring, compensation, access to training, promotion, termination, or retirement
based on race, caste, national origin, religion, disability, gender, sexual orientation, maternity status,
union membership, or political affiliation.
c. U.S. Labor Statutes.
(1) Applicable to all contracts, performed within the United States. Where a statute specifies where within
the U.S. it applies, the definition in the statute supersedes definitions in this clause.
(2) Definitions
(a) "United States" in general means the 50 States, the District of Columbia, Outlying Areas, and Outer
Continental Shelf lands as defined in the Outer Continental Shelf Lands Act (43 U.S.C. 1331, et seq.),
but does not include any other place subject to U.S. jurisdiction or any U.S. base or possession in a
foreign country (29 CFR 4.112).
(b) "Outlying Areas" means: (1) Commonwealths of Puerto Rico and The Northern Mariana Islands; (2)
Territories: American Samoa, Guam, and U.S. Virgin Islands; and (3) Minor outlying islands (Baker
Modified 1 January 2015
Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa
Island, Palmyra Atoll and Wake Atoll).
d. The Contractor shall:
(1) Comply with all applicable statutes to include, but not limited to the Fair Labor standards Act (FLSA),
Service Contract Act (SCA) and Davis Bacon Act (DBA).
(2) Provide subcontractor names and performance addressees within 24 hours, if requested by the
Contracting Officer.
(3) Have an effective program for monitoring compliance with applicable statutes and as applicable ensure
U.S. Department of Labor (DoL) Wage and Hour Division posters in workers' language are posted at
U.S. work sites.
(4) Ensure compliance with all applicable hours, wages, labor relations (including collective bargaining),
workmen's compensation, working conditions and other matters pertaining to labor standards of the
country, or political matters pertaining to labor standards of the country, or political subdivision thereof,
where Contract is performed.
e. To ensure full compliance with requirements of this clause, the NAFI (or third party designated by the
NAFI) has the right to conduct announced or unannounced inspections of any site utilized by the Contractor to
perform this Contract.
f. Subcontracts. Contractor shall include this clause in all subcontracts.
16. INSPECTION AND ACCEPTANCE
Inspection and acceptance will be at destination, unless otherwise provided in this contract. Notwithstanding the
requirements for any NAFI inspection and test contained in specifications applicable to this contract, except
where specialized inspections or tests are specified for performance solely by the NAFI, the Contractor, shall
perform or have performed the inspections and tests required to substantiate that the supplies provided under the
contract conform to the drawings, specifications, and contract requirements listed herein, including if applicable
the technical requirements for the manufacturers' part numbers specified herein. The Contractor shall only tender
for acceptance only those items that conform to the requirements of this contract. The NAFI reserves the right to
inspect or test any supplies or services that have been tendered for acceptance. The NAFI may require repair or
replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract
price. Acceptance of the supplies or services or a written notice of rejections must be accomplished on or before
the third working day following delivery of the supplies or services, unless otherwise specified in this contract.
17. COMMERCIAL WARRANTY - fixed-price contract
The Contractor agrees supplies or services furnished under this contract shall be covered by the most favorable
commercial warranties the Contractor gives to any customer for such supplies or services. The rights and
remedies provided herein are in addition to and do not limit any rights afforded to the NAFI by any other clause
of this contract. Contractor shall provide printed terms and conditions of such warranty and comply with the
Magnuson-Moss Warranty Act (15 U.S. CODE § 2302). Warranty shall commence upon acceptance of the
items and is in addition to other warranties of additional scope given by the Contractor.
Modified 1 January 2015
18. TAXES
a. Except as may be otherwise provided in this contract, the contract price includes all taxes, duties, or other
public charges in effect and applicable to this contract on the contract date, except any tax, duty or other
public charge which by law, regulation or governmental agreement is not applicable to expenditures made by
the NAFI or on its behalf: or any tax, duty, or other public charge from which the Contractor, or any
subcontractor hereunder, is exempt by law, regulation or otherwise. If any such tax, duty, or other public
charge has been included in the contract price, through error or otherwise, the contract price shall be
correspondingly reduced.
b. If for any reason, after the contract date of execution, the Contractor or subcontractor is relieved in whole or
in part from the payment or the burden of any tax, duty or other public charge included in the contract price,
the contract price shall be correspondingly reduced; or if the Contractor or a subcontractor is required to pay
in whole or in part any tax, duty, or other public charge which was not included in the contract price and
which was not applicable at the contract date of execution the contract price shall be correspondingly
increased.
c. No adjustment of less than $250 shall be made in the contract price pursuant to this clause unless otherwise
waived at the unilateral discretion of the Contracting Officer.
d. With respect to foreign taxes, NAFI's located in foreign countries will not pay to nor collect for any foreign
country or political subdivision any tax unless the United States has consented to levy collection by treaty,
convention, or executive agreement.
19. 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 should include (and in order to support the payment of interest penalties,
must include) 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) Shipment number and date of shipment (Bill of Lading number and weight of shipment will be shown for
shipments on Government Bills of Lading);
(5) 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);
(6) Name (where practicable), title, phone number and mailing address of person to be notified in event of a
defective invoice; and
(7) Any other information or documentation required by other provisions of the contract (such as evidence of
shipment). Invoices shall be prepared and submitted in duplicate (one copy shall be marked "Original")
unless otherwise specified.
b. For purposes of determining if interest begins to accrue under the PROMPT PAYMENT ACT (PUBLIC LAW
97-177):
(1) A proper invoice will be deemed to have been received when it is received by the office designated in the
contract for receipt of invoices and acceptance of the supplies delivered or services rendered has
occurred.
(2) Payment shall be considered made on the date on which a check for such payment is dated.
(3) Payment terms (e.g., "Net 20") offered by the contractor will not be deemed required payment dates.
(4) The following periods of time will not be included:
(5) After receipt of improper invoice and prior to notice of any defect or impropriety, but not to exceed three
days for meat and meat food products, five days for perishable agricultural commodities, and 15 days in
all other cases, and
Modified 1 January 2015
(6) Between the date of a notice of any defect or impropriety and the date a proper invoice is received. When
the notice is in writing, it shall be considered made on the date shown on the notice.
20. LAW GOVERNING CONTRACTS
This contract shall be construed and interpreted in accordance with the Federal laws of the United States of America.
NAF procurement is governed by Department of Defense Instruction (DODI) 4105.67, NAF Procurement Policy and
Procedure, available at http://www.dtic.mil/whs/directives/ (or any successor website).
21. SUSTAINABILITY - Go Green
The NAFI encourages contractors/vendors to embrace, establish and promote environmentally sustainable "Green
Initiatives." We look to the contractor to accomplish this by:
a. Where possible utilize environmentally friendly products
b. Where possible promote energy-efficiency and water conservation
c. Where possible eliminate/reduce the production or generation of hazardous waste and the need for special
material processing (including special handling, storage, treatment and disposal)
22. PROOF OF SHIPMENT
Applicable to shipments outside the United States through the Surface Deployment and Distribution Command and
Parcel Post shipments to overseas destinations.
a. Notwithstanding any clause of this contract to the contrary, payment will be made for items not yet received,
upon receipt of an invoice accompanied by an appropriate proof of shipment. If shipment is made by insured
parcel post, the contractor must furnish a copy of the Insured Mail Receipt issued by the US Postal Service.
Otherwise, a stamped copy of a Certificate of Mailing issued by the US Postal Service must be furnished. If
shipment is made by a common carrier (rail, air or motor freight), the Contractor must furnish a signed copy
of the shipping document on which items are receipted for by the common carrier. A signed receipt by a
NAFI representative at the delivery point, Consolidation Containerization Point or Port of Embarkation is
also acceptable evidence of proof of shipment.
b. Forwarding a proof of shipment and an invoice for payment by the Contractor shall be construed as a
certification by the contractor that the items shipped conform to the specifications.
c. Notwithstanding any provisions of this clause or any payment made pursuant to the terms of this clause prior
to receipt of the items contracted for, the NAFI retains the right to inspect upon receipt and the right to reject
nonconforming items. The liability of the Contractor with respect to items for which payments have been
made will, after inspection by the NAFI or after the expiration of a reasonable time following delivery to the
NAFI within which inspection may be made, whichever occurs first, be limited to exceptions taken at the
time of inspection, and latent defects, fraud, or such gross mistakes as amount to fraud.
23. VARIATION IN QUANTITY
No variation in quantity of any item called for by this contract will be accepted unless authorized by the Contracting
Officer.
24. PARTIAL DELIVERIES
Partial deliveries are not permitted unless authorized by the terms of the contract or approved by the Contracting
Officer.
Modified 1 January 2015
25. PAYMENTS
Partial payments will be made when deliveries are authorized or as approved by the Contracting Officer. Payments
and penalties for late payments are subject to the requirements established by the Prompt Payment Act, as amended,
and as implemented for NAFIs. If the NAFI makes payment but such payment fails to include a prompt payment
penalty due to the Contractor within 10 days from when the contract payment is made, penalty amounts will not be
paid unless the Contractor makes a written request within forty days after the date of payment.
26. DISCOUNTS FOR PROMPT PAYMENT
a. Discounts for prompt payment will not be considered in the evaluation of offers. However, any offered
discount will form a part of the award, and will be taken if payment is made within the discount period
indicated in the offer by the offeror. As an alternative to offering a prompt payment discount in conjunction
with the offer, offerors awarded contracts may include prompt payment discounts on individual invoices.
b. In connection with any discount offered for prompt payment, time shall be computed from the date of the
invoice. If the Contractor has not placed a date on the invoice, the due date shall be calculated from the date
the designated billing office receives a proper invoice, provided the agency annotates such invoice with the
date of receipt at the time of receipt. For the purpose of computing the discount earned, payment shall be
considered to have been made on the date that appears on the payment check or, for an electronic funds
transfer, the specified payment date. When the discount date falls on a Saturday, Sunday, or legal holiday
when Federal Government offices are closed and Government business is not expected to be conducted,
payment may be made on the following business day.
27. NOTIFICATION OF DEBARMENT/SUSPENSION STATUS
The Contractor shall provide immediate notice to the Contracting Officer in the event of being suspended, debarred or
declared ineligible by any other Federal Department or agency, or upon receipt of a notice of proposed debarment
from another DoD Agency, during the performance of this contract.
28. NON WAIVER OF DEFAULTS - Any failure by the NAFI at any time to enforce or require strict performance of
any terms or conditions shall not constitute waiver thereof, and shall not affect or impair such terms or conditions in
any way or the NAFI's right at any time to avail itself of such remedies as it may have for any breach or breaches of
such terms or conditions.
29. TRAVEL CLAUSE
Contractors and/or their duly appointed representative will make their own travel arrangements, purchase their own
tickets, and submit requests for reimbursement to the issuing office found in Block 12 of the award. Travel costs will
be paid by the contracting NAFI, up to the maximum amount authorized in the federal travel regulations. The
contractor shall submit original receipts of airline tickets, lodging, car rental and other expenses exceeding $75.00.
Contractor personnel must acquire airline travel by the most economical methods, to include obtaining coach fares,
buy advance purchase tickets (when possible), and plan minimal travel time necessary to accomplish the task. The
contractor is liable for costs associated with unused or changed airline tickets, where non-use is not caused by the
NAFI. Documents are required to support payment of travel costs. The Contracting Officer and or their duly
appointed representative will approve, in advance, any changes in the itinerary. Contractors must obtain approval
before submitting other than lowest airfare travel reimbursement requests from the invoicing office. Local travel for
which mileage is claimed; to include travel to and from the airport when air travel is involved must be indicated on
the itinerary on form 1351-2 or other approved form.
30. Establishing a Minimum Wage for Contractors
a. This Contract is subject to Executive Order 13658, the regulations issued by the Secretary of Labor in 29 CFR
part 10 pursuant to the Executive Order, and specifically to all the provisions set forth in Appendix A to 29 CFR
Modified 1 January 2015
part 10. The Contractor shall pay to workers, while performing in the United States, and performing on, or in
connection with, this contract, the applicable minimum wage per the Executive Order. Accordingly, Appendix A
is hereby incorporated by reference and has the same force and effect as if set forth in full in this Contract. The
full text of the final rule, to include the regulations and clause "Establishing a Minimum Wage for Contractors"
at 29 CFR part 10, is available at:
< http://www.gpo.gov/fdsys/pkg/FR-2014-10-07/pdf/2014-23533.pdf#page=89 >.
b. The Contractor is responsible for subcontractor compliance with the requirements of this clause and may be
held liable for unpaid wages due subcontractor workers. The Contractor shall include this clause, including this
paragraph, in all subcontracts, regardless of dollar value, that are subject to Service Contract Labor Standards
statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction) statute
(formerly known as the Davis Bacon Act), and are to be performed in whole or in part in the United States.
Modified 1 January 2015
LIST OF FAR CLAUSES INCORPORATED BY REFERENCE
The provisions of the following clauses set forth in the Federal Acquisition Regulation (FAR) or DoD FAR
Supplement are hereby incorporated into this order or contract by reference with the same force and effect as though
herein set forth in full. As used in the following clauses, the term "Government" is deleted and the abbreviation
"NAFI" is substituted in lieu thereof. The date of each clause shall be the current date set forth in FAR or DoD FAR
Supplement on the issuance date of this order or contract. Clauses made inapplicable by the reference or by the kind
of order, contract (e.g., orders or contract for services instead of supplies) or dollar amount are self-deleting. The
complete text of any clause incorporated in this order or contract by reference may be obtained from the contracting
officer.
CLAUSE NO. REFERENCE CLAUSE TITLE
31 52.222-3
32 52.222-4
33 52.222-6
34 52.222-7
35 52.222-8
36 52.222-9
37 52.222-10
38 52.222-11
39 52.222-12
40 52.222-13
41 52.222-14
42 52.222-15
43 52.222-19
44 52.222-20
45 52.222-21
46 52.222-26
47 52.222-35
48 52.222-41
49 52.223-3
Convict Labor (June 2003)
Contract Work Hours and Safety Standards Act - Overtime Compensation
(May 2014)
Construction Wage Rate Requirements (May2014)
Withholding of Funds (May 2014
Payrolls and Basic Records (May 2014
Apprentices and Trainees (Jul 2005)
Compliance with Copeland Act Requirements (Feb 1988)
Subcontracts (Labor Standards) (May 2014)
Contract Termination-Debarment (May 2014)
Compliance with Construction Wage Rate Requirements and Related
Regulations (May 2014)
Disputes Concerning Labor Standards (Feb 1988)
Certification of Eligibility (May 2014)
Child Labor-Cooperation with Authorities and Remedies (Feb 2016)
Contracts for Materials, Supplies, Articles and Equipment Exceeding
$15,000 (May 2014)
Prohibition of Segregated Facilities (Apr 2015)
Equal Opportunity (Apr 2015)
Equal Opportunity for Veterans (Oct 2015)
Service Contract Labor Standards (May 2014)
Hazardous Material Identification & Material Safety (Jan 1997)
50 52.228-3
51 52.243-1
52 52.246-16
*53 252.203-7001
*54 252.225-7002
*55 252.225-7036
*56 252.227-7013
*57 252.227-7014
*58 252.227-7015
Workers' Compensation Insurance (Defense Base Act) (Jul 2014)
Changes - Fixed-Price (Aug 1987)
Responsibility for Supplies (Apr 1984)
Prohibition on Persons Convicted of Fraud or Other Defense-Contract
Felonies (Dec 2008)
Qualifying Country Sources as Subcontractors (Dec 2012)
Buy American Act-Free Trade Agreements - Balance of Payments
Program-Basic (Nov 2014)
Rights in Technical Data-Non-commercial Items (Feb 2014)
Rights in Noncommercial Computer Software and Noncommercial
Computer Software Documentation (Feb 2014)
Technical Data-Commercial Items (Feb 2014)
*Denotes DFARS
1
REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF
OFFERORS OR QUOTERS
The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes
or blocks.)
1. TYPE OF BUSINESS ORGANIZATION (JUN 2001) The offeror or quoter, by checking
the applicable box, represents that:
(a) it operates as ( ) a corporation incorporated under the laws of the State of
______________________, ( ) an individual, ( ) a partnership, ( ) a nonprofit organization, or ( ) a
joint venture.
(b) if the offeror or quoter is a foreign entity, it operates as ( ) an individual, ( ) a partnership,
( ) a nonprofit organization, ( ) a joint venture, or ( ) a corporation registered for business in
_______________________________
(country)
2. PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (JUN 2001).
The offeror represents that-
(a) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the
Equal Opportunity clause of this solicitation, the clause originally contained in Section 301 of
Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. llll4;
(b) It ( ) has, ( ) has not, filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed
subcontractors, will be obtained prior to subcontract awards.
3. AFFIRMATIVE ACTION COMPLIANCE (JUN 2001). The offeror represents (a) it ( ) has
developed and has on file, ( ) has not developed and does not have on file, at each establishment,
affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR
60-1 and 60-2), or (b) it ( ) has not previously had contracts subject to the written affirmative action
programs requirement of the rules and regulations of the Secretary of Labor.
4. CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (JUN 2001).
(a) The offeror certifies that-
(1) The prices in this offer have been arrived at independently, without, for the purpose
of restricting competition, any consultation, communication, or agreement with any other offeror or
competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or
factors used to calculate the prices offered;
(2) The prices in this offer have not been and will not be knowingly disclosed by the
offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a
sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise
required by law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern
to submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the
2
signatory-
(1) Is the person in the offeror's organization responsible for determining the prices being
offered in this bid or proposal, and that the signatory has not participated and will not participate in
any action contrary to subparagraphs (a)(l) through (a)(3) above; or
(2) (i) Has been authorized, in writing, to act as agent for the following principals in
certifying that those principals have not participated, and will not participate in any action contrary
to subparagraphs (a)(l) through (a)(3) above:
_______________________________________________ ____________
[insert full name of person(s) in the offeror's organization responsible for determining the prices
offered in this bid or proposal, and the title of his or her position in the offeror's organization];
(ii) As an authorized agent, does certify that the principals named in subdivision
(b)(2)(i) above have not participated, and will not participate, in any action contrary to
subparagraphs (a)(l) through (a)(3) above; and
(iii) As an agent, has not personally participated, and will not participate, in any
action contrary to subparagraphs (a)(l) through (a)(3) above.
(c) If the offeror deletes or modifies subparagraph (a) (2) above, the offeror must furnish with
its offer a signed statement setting forth in detail the circumstances of the disclosure.
5. BUY AMERICAN - TRADE AGREEMENTS - BALANCE OF PAYMENTS PROGRAM
CERTIFICATE (JUN 2001).
(a) The offeror hereby certifies that each end product, except the end products listed in
paragraph (b), is a domestic end product (as defined in the clause entitled "Buy American Act--,
Trade Agreements Act--, and Balance of Payments Program") and that components of unknown
origin have been considered to have been mined, produced, or manufactured outside the United
States, a designated country, a North American Free Trade Agreement (NAFTA) Country, or a
Caribbean Basin country, as defined in section 25.401 of the Federal Acquisition Regulation.
(b) Excluded End Products
Line Item No. Country of Origin
___________ ______________
___________ ______________
___________ ______________
(List as necessary)
(c) Offers will be evaluated by giving certain preference to domestic end products and
foreign qualifying country end products, NAFTA country end products, and Caribbean Basin
country end products over other end products. In order to obtain these preferences in the
evaluation of each excluded end product listed in paragraph (b) of this provision, offerors must
identify and certify below those excluded end products that are designated or NAFTA country
end products, or Caribbean Basin country end products. Products that are not identified and
certified below will not be deemed designated country end products, NAFTA country end
products, or Caribbean Basin country end products. Offerors must certify by inserting the
3
applicable line item numbers in the following:
(i) The offeror certifies that the following supplies qualify as "designated of
NAFTA country end products" as those terms are defined in the clause entitled "Buy American
Act -- Trade Agreements Act -- Balance of Payments for Program":
(insert line item no.)
(ii) The offeror certifies that the following supplies qualify as "Caribbean Basin
country end products" as that term is defined in the clause entitled "Buy American Act - Trade
Agreements Act - Balance of Payments Program:
(insert line item no.)
(d) Offers will be evaluated in accordance with Part 25 of the Federal Acquisition
Regulation.
6. PAYMENT ADDRESS. Offeror must set forth the address where payment is to be made
if the address is different than indicated in Block l6 on page A-l of the solicitation.
Payment is to be made to :
(Name of Firm)
(By)
7. ACKNOWLEDGEMENT OF AMENDMENTS
Amendment No. Date
The offeror acknowledges receipt ______________ ______________
of Amendments to solicitation for ______________ ______________
offers and related documents num- ______________ ______________
bers and dated as follows. ______________ ______________
4
8. AUTHORIZED NEGOTIATORS (JUN 2001)
The offeror or quoter represents that the following persons are authorized to negotiate on its
behalf with the NAFI in connection with this request for proposals or quotations: [list
names, titles, and telephone numbers of the authorized negotiators].
___________________________________________________________
___________________________________________________________
___________________________________________________________
___________________________________________________________
___________________________________________________________
9. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED
DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (JUN 2001)
(a)(1) The offeror certifies, to the best of its knowledge and belief, that -
(i) The offeror and/or any of its Principals -
(A) Are ______ are not ______ presently debarred, suspended, proposed for
debarment, or declared ineligible for the award of contracts by and Federal Agency;
(B) Have ______ have not ______, within a three-year period preceding this
offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or
a criminal offense in connection with obtaining, attempting to obtain, or performing a public
(Federal, state or local) contract or subcontract: violation of Federal or state antitrust statutes
relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen property; and
(C) Are ______ are not ______ presently indicted for, or otherwise
criminally or civilly charged by a governmental entity with, commission of any of the offenses
enumerated in subdivision (a)(1)(i)(B) of this provision.
(ii) The offeror has ______ has not ______, within a three-year period preceding
this offer, had one or more contracts terminated for default by any Federal agency.
(2) "Principals," for the purposes of this certification, means officers; directors; owners;
partners; and, persons having primary management or supervisory responsibilities within a business
entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment,
and similar positions).
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN
AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR
FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO
PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE.
(b) The offeror shall provide immediate written notice to the Contracting Officer if, at any
time prior to contract award, the offeror learns that its certification was erroneous when submitted
or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not
5
necessarily result in withholding of an award under this solicitation. However, the certification will
be considered in connection with a determination of the offeror's responsibility. Failure of the
offeror to furnish a certification or provide such additional information as requested by the
Contracting Officer may render the offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render, in good faith, the certification required by paragraph (a) of this
provision. The knowledge and information of an offeror is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact
upon which reliance was placed when making award. If it is later determined that the offeror
knowingly rendered an erroneous certification, in addition to other remedies available to the NAFI,
the Contracting Officer may terminate the contract resulting from this solicitation for default.
(End of Provision)
10. TAXPAYER IDENTIFICATION (JUN 2001)
(a) Definitions.
"Common parent," as used in this solicitation provision, means that corporate entity that
owns or controls an affiliated group of corporations that files its Federal income tax returns on a
consolidated basis, and of which the offeror is a member.
"Corporate status," as used in this solicitation provision, means a designation as to whether
the offeror is a corporate entity, an unincorporated entity (e.g., sole proprietorship or partnership),
or a corporation providing medical and health care services.
"Taxpayer Identification Number (TIN)," as used in this solicitation provision, means the
number required by the IRS to be used by the offeror in reporting income tax and other returns.
(b) All offerors are required to submit the information required in paragraphs (c) through (e)
of this solicitation provision in order to comply with reporting requirements of 26 U.S.C. 6041,
6041A, and 6050M and implementing regulations issued by the Internal Revenue Service (IRS).
(c) Taxpayer Identification Number (TIN).
_ TIN: .
_ TIN has been applied for.
_ TIN is not required because:
_ Offeror is a nonresident alien, foreign corporation, or foreign partnership
that does not have income effectively connected with the conduct of a trade or business in the U.S.
and does not have an office or place of business or a fiscal paying agent in the U.S.;
_ Offeror is an agency or instrumentality of a foreign government;
_ Offeror is an agency or instrumentality of a Federal, state, or local
government;
_ Other. State basis.
(d) Corporate Status.
_ Corporation providing medical and health care services, or engaged in the billing
and collecting of payments for such services;
_ Other corporate entity;
_ Not a corporate entity;
_ Sole proprietorship
A Overall dimensions
Length: 6800mm - 7100mm
Width: 1990mm - 2100mm
Height: 2550mm - 2600mm
B Engine
Type of fuel: Diesel
Minimum Power: 150ps
Minimum Torque: 410 Nm
Must exceed Heisei 22 post long term emissions standards
Emissions control system must be non-ammonia based
C Seating Capacity
19 Regular seats + No Jump Seats + 1 Driver
D Other
The vehicle shall be equipped with all of the following:
1 6 Speed Electronically controlled automatic transmission
2 Anti-lock braking system
3 Automatic Swing style center passenger loading door
4 Auto lock out for accelerator when passenger loading door is open
5 Power door locks
6 Tinted front windshield glass
7 Dark grey tinted side windows
8 Headlamp levelling system
9 Front windshield wipers with intermittent setting
10 Electroncially adjustable and retractable side view mirrors
11 Color Back eye camera system w/color monitor with camera mounted above rear cargo doors
12 Auto Air-conditioning
13 Two duct style automatic heater system
14 Tricot upholstered passenger and driver seats
15 Highback reclining seats
16 Dual rear cargo doors
17 Space saver folding rear seat moved forward one row from rear
18 Ashtrays removed from seat backs
19 Retractable seat belts installed for all seats
20 Cup holders installed for all seats
21 Synthetic leather headliner and pillar garnish
22 Overhead interior luggage rack
23 Driver side sunvisor
24 Flourescent interior room lamp
25 AM/FM audio unit with 1+4 speakers
26 Microphone and mic preamp w/3.5mm aux input
GOVERNMENT MINIMUM CHARACTERISTICS INFORMATION
FOR NEW 20 PAX MICROBUS
FOR FORCE SUPPORT SQUADRON VEHICLE OPERATIONS
ALL MOTOR VEHICLES SHALL COMPLY WITH JAPANESE MOTOR SAFETY LA
"DORO UNSO SHARYO HO"
27 Rubber floor mat for driver side
28 Yazaki EYE-3T digital tachograph w/drive recorder and camera
29 2ea. 32GB SD Card for Yazaki Digital Tachograph
30 5ea. 2GB SD Card for Yazaki Digital Tachograph
31 1 ea. safety reflector triangle
32 1 complete set of printed repair manuals
33 2 sets - Light duty single tire chains
Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 20 Dec 2012 at 7 AM
Location Unknown 31 May 2017 at 6 AM
Location Unknown 21 Aug 2012 at 2 AM
Location Unknown 04 Jun 2019 at 5 AM

Similar Opportunities